SOLICITATION NOTICE
66 -- Two Ultra-Low -80 oC Stirling Freezers Manufacturer: Global Cooling Inc. (Brand Name Only)
- Notice Date
- 12/22/2020 11:58:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25721Q0242
- Response Due
- 12/30/2020 11:00:00 AM
- Archive Date
- 01/14/2021
- Point of Contact
- Oneka.Robertson@va.gov, Oneka Robertson
- E-Mail Address
-
oneka.robertson@va.gov
(oneka.robertson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25721Q0242 Posted Date: December 22,2020 Original Response Date: December 30, 2020 Product or Service Code: 6640 Set Aside (SDVOSB/VOSB): Service-Disabled Veteran Owned Small Business NAICS Code: 333415 Contracting Office Address Network Contracting Office 17 5441 Babcock Rd. STE 302 San Antonio, TX 78240 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02-11-23-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with a small business size standard of 1,250 Employees. The Olin E. Teague Veterans Medical Center located at 1901 Veteran s Memorial Dr., Temple TX 76504 is seeking to purchase a Stirling Ultra-Low Freezer All interested companies shall provide quotations for the following: Supplies ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ Stirling Ultracold Freezer Model SU780XLE LOCAL STOCK NUMBER: SU780XLE 0002 2.00 EA __________________ __________________ 780-RKIT1 Skeleton Rack Solution Kit LOCAL STOCK NUMBER: 780RKIT1 0003 2.00 EA __________________ __________________ CO2FA-0P1000 CO2 Back-up System LOCAL STOCK NUMBER: CO2FA-0P1000 GRAND TOTAL __________________ Delivery shall be provided 30 180 days ARO FOB Destination. The contractor shall deliver line item(s) to the following address. Central Texas Veterans Healthcare System Olin E. Teague Veterans Medical Center 1901 Veterans Memorial Dr. Temple, TX 76504 Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: Price, delivery, and technical acceptability. Price This is the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling (starting page 1 of this RFQ). Delivery This is the offeror s ability to deliver the equipment within 30 90 days ARO. Technical acceptability This is the offeror s ability to provide equipment in accordance with the following Statement of Work. Statement of Work Contract Title. Ultra-Low Freezer for Research Service Scope of Work: The Central Texas Veterans Health Care System (CTVHCS), Temple, Texas is requesting the purchase of two ultra-low freezers that use Stirling Engine cooling technology to store biological samples. Background: Ultra-Low Temperature freezers are designed for storage of biological materials such virus, bacteria, eukaryotic cells, blood and cells. These freezers are commonly used in hospitals, research institutes, and biomedical engineering facilities. We are requesting upright models since these units can accommodate lab space limitations by fitting into slim spaces. We are seeking ultra-low (-80 oC) freezer units that use Stirling Engine technology, have low-noise technology, superior energy efficiency, LED display of temperature and alarm codes and a preventive maintenance plan. Description of Equipment: This requested piece of equipment is required to have all of the following attributes and capabilities. Have a storage capacity between 27 30 cubic feet. Needs to use Stirling engine cooling technology. Does not use conventional AC compressors, oil or compressor valves to perform its cooling function. The unit should come standard with a universal power system allowing an input voltage range of 100 to 240 V at either 50 or 60 Hz. Maintains a cabinet temperature within +1 oC while in steady-state operation. The freezer should not require more than 0.3 kWh/day/ft3 of energy to operate at the lowest temperature. A set point that can be anywhere between -86 oC and -20 oC within +1 oC increments. Have energy efficient certification (Energy Star or equivalent). Have a noise level of <45 dB(A) at 1 meter. Uses an eco-friendly (non-toxic, zero-ozone depletion potential) hydrocarbon refrigerant. Has a graphical user interface with touchscreen controls. Has a lockable door with built-in ability to assign a PIN. Has cold and warm alarms that are adjustable Has a temperature log that covers last 30 days. Has connections for attaching to an external continuous temperature monitoring system. Has the option of a CO2 backup system. The option of Skeleton Racks to hold freezer boxes SHIPPING: Shipping needs to be performed by personnel trained to safely transport sensitive equipment. SERVICE and WARRANTY: The equipment needs to have a two-year onsite warranty for parts and labor and a 7-year warranty for the Stirling engine and thermosiphon parts. This includes unlimited repair inclusive of travel, parts and labor. This needs to include the internal computer and touch screen. 10. Risk Control: N/A 11. Place of Performance: CTVHCS, Research Service, Building 205, Temple Texas. 12. Period of Performance: Once the system is purchased and delivered, it will be installed on site by CTVHCS Bioengineering. Brand Name Only CTVHCS is requesting brand name only Stirling Ultra-Low Freezers manufactured by Global Cooling Inc. Brand Name Only request applies to all line items listed in this combined synopsis. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.214-21 DESCRIPTIVE LITERATURE APR 2002 (End of Addendum to 52.212-1) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2020) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts of Interest. [] 852.211 70, Equipment Operation and Maintenance Manuals. [] 852.214 71, Restrictions on Alternate Item(s). [] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.] [] 852.214 73, Alternate Packaging and Packing. [] 852.214 74, Marking of Bid Samples. [] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification and Insurance. [] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. [X] 852.232 72, Electronic Submission of Payment Requests. [] 852.233 70, Protest Content/Alternative Dispute Resolution. [] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification and Medical Liability Insurance. [X] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements. [] 852.270 1, Representatives of Contracting Officers. [] 852.271 72, Time Spent by Counselee in Counseling Process. [] 852.271 73, Use and Publication of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension of Contract Period. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [] 852.237 74, Nondiscrimination in Service Delivery. (End of Clause) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE VAAR 852.236-90 RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS (APR 2019) This clause applies to the following items: LINE ITEM 0001 LINE ITEM 0002 LINE ITEM 0003 LINE ITEM 0004 (B) Notwithstanding the Material and Workmanship clause of this contract, FAR 52.236-5(a), nor any other clause or provision, only brand name products for the items listed above will be authorized for use on this contract. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.212-71 GRAY MARKET ITEMS APR 2020 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 (End of Addendum to 52.212-4) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2020) All questions related to this acquisition shall be submitted via email to Oneka.Robertson@va.gov All questions are to be received no later than 13:00 PM EST December 28, 2020. Quotes shall be submitted via email to Oneka.Robertson@va.gov. All quotes and additional required documentation are to be received no later than 13:00PM CST December 30, 2020. For information regarding this solicitation please contact: Oneka Robertson (210)694-6318 Oneka.Robertson@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0233c88fde5549299cfae9b971a788e9/view)
- Place of Performance
- Address: Central Texas Veterans HCS Olin E. Teague VA Hospital 1901 Veterans Memorial Dr., Temple, TX 76504, USA
- Zip Code: 76504
- Country: USA
- Zip Code: 76504
- Record
- SN05879883-F 20201224/201223061159 (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 |