Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2022 SAM #7580
SOLICITATION NOTICE

66 -- 623 FORECASTED (NE) PHARMACY HOOD (VA-22-00061757)

Notice Date
8/30/2022 12:20:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0570
 
Response Due
9/6/2022 3:00:00 PM
 
Archive Date
11/05/2022
 
Point of Contact
Stephanie Cahill, Contracting Specialist, Phone: 303-712-5841
 
E-Mail Address
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: Pharmacy Hood Workstations and Biosafety Cabinets This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm MT, September 2nd, 2022. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to stephanie.cahill@va.gov no later than 4:00pm MT, September 6th, 2022. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25922Q0570. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 26, 2022. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees. This solicitation is a 100% set-aside for SDVOSB concerns. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Pharmacy Laminar Airflow Horizontal Workstation (4 ft) 1 EA $ $ 0001A Telescoping Base Stand (4ft) 1 EA 0001B IV Bar w/ 6 hooks 1 EA 0002 Pharmacy Laminar Airflow Horizontal Workstation (6 ft) 1 EA 0002A Telescoping Base Stand (6ft) 1 EA 0002B IV Bar w/ 6 hooks 1 EA 0003 Class II A2 Biosafety Cabinet (4ft) 2 EA 0003A Telescoping Base Stand (4ft) 2 EA 0003B IV Bar w/ 6 hooks 2 EA 0004 Installation 1 JB Grand Total $ Description of Requirements for the items to be acquired: Muskogee VA Medical Center has need for 2 laminar airflow horizontal workstations of different widths and 2 Class II A2 Biosafety Cabinets. Each workstation and cabinet will need the corresponding telescoping base stand and IV bars. *FOB shall be destination *Freight shall be added to the price of CLIN 0001 and not be its own line item *Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote *Quotes shall annotate the expected date of delivery to the specified location *Quotes shall be accompanied by an authorized distributor letter from the manufacturer of the items being offered. *Due to this procurement being 100% SDVOSB set-aside, the offeror shall complete clause VAAR 852.219-78 and return it with their offer. Failure to return the aforementioned clause completed will result in the offeror s quote not being considered for evaluation. A waiver to the Non-Manufacturer Rule exists for NAICS code 339113, which allows SDVOSB businesses to provide a large manufacturer s end item. *Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award. Salient characteristics to include: Purchase and Installation of (2) Pharmacy Horizontal Laminar Airflow Workstations (1) 4 ft wide and (1) 6 ft wide Workstations shall provide ISO 5 quality airflow over the entire work zone for product protection proven by particle test Work zone shall be all 16/18-gauge, type 304 stainless steel Exterior constructed of 16/18-gauge powdered coated cold rolled steel. Supply HEPA filter 99.99% efficient @ 0.3 microns shall be of full work zone width and height protected by a perforated metal diffuser Air Velocity from the supply filter shall average 80 to 100 FPM (.41 to .51 m/s) with no single point outside the 20% of average range measured in a horizontal plane defined by 6 inches (102mm) from the diffuser Ergonomic design and adjustable to meet the requirements of the American Disabilities Act (ADA) Large armrest/airfoil radius on the leading edge of the work surface Centrally located control center that is easily accessible with quick disconnects Incorporates a base support stand with adjustable control (available as telescoping for work surface heights of 30 to 36 inches +/- 2 inches) Easy conversion to a free-standing console model with the addition of a base support stand Large work surface (19 inch +/- 1 inch depth) by workstation width with raised rear spill lip for improved cleaning Permanent positive pressure plenums Surrounded by a vacuum relative to the room Quick release supply filter removal Electrical power supplied with a 12-foot +/- 6 inches 3-wire cord with molded hospital grade plug Must be able to work with 115 VAC, 60 Hz electrical supply Blowers and lights that are protected by fuse(s) Listed by Underwriters Laboratories to meet the requirements of both the U.S. and Canada for electrical/mechanical integrity Control system consisting of electronic modules that will perform the following functions: User interface via LED s and function keys Control blower via solid state switch Control lights via solid state switch Disable audible alarm switch with ring back function Control blower DC ECM motor with solid-state DC Motor Controller that provides automatic compensation (constant volume control) for both filter loading and line voltage variances Monitor and display airflow system performance Security password protection of Workstations use Workstation usage sync functions with blower, fluorescent light Workstation usage auto duration timers, fluorescent light Easily transportable through a standard 34 wide door without disassembly Fluorescent lighting shall be externally mounted Provide a minimum of 90 (968) foot-candles (LUX) on work surface Electronic ballast containing thermal protection with automatic reset Motor/blower positioned to create an even filter loading Automatic handling a 250% minimum increase in filter loading without reducing total air delivery by more than 10%. Capable of front filter removal through the work zone without exterior disassembly Incorporates an IV Bar with at least 6 stainless steel hooks each Purchase and Installation of (2) Pharmacy Class II Type A2 Biosafety Cabinets: (2) 4ft wide - minimum Work area continuously bathed with positive pressure ISO 5 / Class 100 HEPA filtered air to protect product from contamination while an inward airflow protects the user Alarms: low flow alarm and exhaust flow alarm; digital display preferred Compliance with: ANSI/UL STD 61010 1 Certified to CAN/CSA C22.2 USP , USP and validated to the CETA CAG 003 2006 performance standards Cabinet style bench top with base stand Stainless-steel outer cabinet and work surface with #4 pharmaceutical grade finish Easily removable front lifting viewing panel gasketed to provide a proper seal when in place Front-loading cabinet - easy removal of filters/blowers without disassembly of the control panel for cleaning Front panel should concave to provide the operator easier access to work area, reducing fatigue Supply and exhaust HEPA filters should be configured in relation to the work area and each other to prevent turbulence Removable filter screen and stainless-steel work trays and supports The workstation shall have a stainless-steel I.V. bar Externally mounted fluorescent lights Construction allows outside venting of exhaust air Stainless-steel electric height adjustable stand with casters Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located Jack C. Montgomery VA Medical Center 1011 Honor Heights Dr., Muskogee, OK 74401 Attn: Tabitha Cargill 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation. Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) ; (III) Price; (IV) Delivery Lead Time. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) The offeror shall complete the Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume IV Delivery Lead Time The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (DEVIATION) Factor 3. Price Factor 4. Delivery Lead Time Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 4. Delivery Lead Time - The Government will evaluate delivery lead time and select the quoter/offer whose delivery lead time is most advantageous to the Government. The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree. 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to stephanie.cahill@va.gov by 4:00pm MT, September 6th, 2022 Name and email of the individual to contact for information regarding the solicitation: Stephanie Cahill Stephanie.Cahill@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd3e4cf3a85f4a0bad2b1e49b4eb5ffd/view)
 
Place of Performance
Address: 1011 Honor Heights Dr., Muskogee 74401
Zip Code: 74401
 
Record
SN06446865-F 20220901/220830230129 (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.