Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2020 SAM #6965
SOLICITATION NOTICE

W -- Lease: Reverse Osmosis Water Treatment System

Notice Date
12/22/2020 2:07:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0224
 
Response Due
1/12/2021 7:00:00 AM
 
Archive Date
01/22/2021
 
Point of Contact
Contract Specialist, Charnell Cunningham, Phone: (718) 741-4346
 
E-Mail Address
Charnell.Cunningham@va.gov
(Charnell.Cunningham@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION LEASE REVERSE OSMOSIS WATER TREATMENT SYSTEM AT THE NEW YORK HARBOR HEALTHCARE SYSTEM, BROOKLYN CAMPUS (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C24221Q0224 is issued as a request for quote (RFQ) and will be submitted on through https://beta.sam.gov/. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a Small Business set aside Open Market Competition. The North American Industry Classification System (NAICS) code is 333318, Other Commercial and Service Industry Machinery Manufacturing with a small business size standard of 1,000 employees. (v) The Contractor shall provide pricing for Lease Reverse Osmosis Water Treatment System. See table below. ITEM INFORMATION Item Number Description of Supplies/Services Quantity Unit Unit Price Amount 0001 Lease Reverse Osmosis Water Treatment System (Heterotrophic Plate Count (HPC) Bacteria, pH, and Total Organic Carbon (TOC)) Base Year: 2/1/2021 1/31/2022 4 EA 0002 Annually (Hardness, chlorides, iron, copper, manganese) Base Year: 2/1/2021 1/31/2022 1 JB 1001 Lease Reverse Osmosis Water Treatment System (Heterotrophic Plate Count (HPC) Bacteria, pH, and Total Organic Carbon (TOC)) Option Year One: 2/1/2022 1/31/2023 4 EA 1002 Annually (Hardness, chlorides, iron, copper, manganese) Option Year One: 2/1/2022 1/31/2023 1 JB 2001 Lease Reverse Osmosis Water Treatment System (Heterotrophic Plate Count (HPC) Bacteria, pH, and Total Organic Carbon (TOC)) Option Year Two: 2/1/2023 1/31/2024 4 EA 2002 Annually (Hardness, chlorides, iron, copper, manganese) Option Year Two: 2/1/2023 1/31/2024 1 JB 3001 Lease Reverse Osmosis Water Treatment System (Heterotrophic Plate Count (HPC) Bacteria, pH, and Total Organic Carbon (TOC)) Option Year Three: 2/1/2024 1/31/2025 4 EA 3002 Annually (Hardness, chlorides, iron, copper, manganese) Option Year Three: 2/1/2024 1/31/2025 1 JB 4001 Lease Reverse Osmosis Water Treatment System (Heterotrophic Plate Count (HPC) Bacteria, pH, and Total Organic Carbon (TOC)) Option Year Four: 2/1/2025 1/31/2026 4 EA 4002 Annually (Hardness, chlorides, iron, copper, manganese) Option Year Four: 2/1/2025 1/31/2026 1 JB Total $ (vi) Description of requirement SEE ATTACHED STATEMENT OF WORK (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MAR 2020), applies to this acquisition. All offers must reference: 1. Solicitation number for this requirement as 36C24221Q0224 2. Point of Contact, Company name, address, telephone and email address 3. Technical description of services to be performed in accordance with the Statement of Work 4. Price 5. Acknowledgement of any solicitation amendments 6. Past performance information 7. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The offeror must submit a quote that (1) demonstrates understanding of the SOW, (2) demonstrate experience installing and maintaining the Reverse Osmosis (RO) system in other large healthcare system, (3) the system proposed must meet the minimum specifications outlined in the Statement of Work (SOW), and (4) contractor shall demonstrate the system proposed is suitable for sterile equipment processing in a large hospital setting. Provide phase-in/phase-out plan including details regarding plan to ensure that reverse osmosis (RO) water is available to the facility without interruption during the process of transitioning from an incumbent contractor to your firm if selected as the awardee. Demonstrate experience with providing RO water systems for sterile processing water in a healthcare setting. Provide summary operational parameters and schematic for system to be installed, indicating that the footprint of the system will fit within an existing 70 square foot room and system dimensions shall not exceed 72 length, 36 depth and 72 height. Certification that proposed system is a qualifying medical device pursuant to International Standards Organization (ISO) quality management standards for medical devices.     Data establishing that the system can meet performance requirement to provide finished water with a minimum specific resistivity of 0.1 megohm per centimeter and other requirements outlined in VHA Directive 1116(2) Sterile Processing Services and Association for the Advancement of Medical Instrumentation (AAMI) Technical Information Report (TIR) 34 Water for the Reprocessing of Medical Devices . 2. Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. 3. Price: Will be determined as fair and reasonable per FAR part 13.106-3. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov/SAM/). Representations, Certifications, and SAM must be current at award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.237-3 Continuity of Services (JAN 1991) VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) VAAR 852.237-75 Key Personnel (OCT 2019) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203 6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204 14, Service Contract Reporting Requirements (OCT 2016) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-28, Post Award Small Business Program Re-representation (MAY 2020) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) 52.222 35, Equal Opportunity for Veterans (JUN 2020) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222 37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.222-54, Employment Eligibility Verification (OCT 2015). 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.229 12, Tax on Certain Foreign Procurements (JUN 2020) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) N/A (xv) This is a Small Business set aside Open Market Competition combined synopsis/solicitation for Lease Reverse Osmosis Water Treatment System at the Department of Veteran Affairs, New York Harbor Healthcare System, Brooklyn campus. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 10:00 AM EST, Tuesday, January 12, 2021. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Tuesday, January 5, 2021. PLEASE NOTE: A site visit has not been scheduled. List of Attachments:
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5e04d6a8c3c491dbcbc7d100237e546/view)
 
Place of Performance
Address: Department of Veterans Affairs New York Harbor Healthcare System Brooklyn campus 800 Poly Place, Brooklyn
 
Record
SN05879595-F 20201224/201223061147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.