Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOURCES SOUGHT

65 -- RO MACHINES ""BRAND NAME OR EQUAL TO FRESENIUS IAW SAW"" MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.

Notice Date
8/7/2024 9:36:50 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0785
 
Response Due
8/13/2024 12:00:00 PM
 
Archive Date
08/23/2024
 
Point of Contact
Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: BRAND NAME OR EQUAL TO FRESENIUS IAW STATEMENT OF WORK MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER . (DURING THE RFI PHASE TO QUALIFY FOR THIS SOLICITATION). MUST COMPLETE 52.212-3(j) - PROVIDE THE PLACE OF MANUFACTURER FOR EACH LINE ITEM This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Clarksburg VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Clarksburg VA Medical Center WAREHOUSE/ATTN: 1 Medical Center Drive Clarksburg, WV 26301 DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above? What is the place of manufacturing for the requested items? 52.212-3(j) If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. (j) Place of manufacture. (The solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. If you are not a manufacturer. Company shall provide an authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract/SIN? If so, please provide the contract type and number and SIN number? Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM) & DUNS Number. Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For Example: Within 30 days ARO, Within 60 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Tuesday, August 13, 2024, by 3:00 PM (Eastern Standard Time). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK (SOW) STATEMENT OF WORK CLARKSBURG VAMC STATEMENT OF WORK AND GENERAL SPECIFICATIONS FOR FRESENIUS AQUAC 15 AMP RO OR EQUAL Program Manager/Service Line Representative (Requestor): angela.bush@va.gov Biomed Representative: Logistics Representative: AcquisitionUtilizationSpecialistTeamClarksburg@va.gov FMS Representative: Contracting Officer s Representative (COR): Background VA Clarksburg has a need for two (2) replacement Reverse Osmosis Water Purification Systems for hemodialysis. Existing units are in constant need of repair. Specifications Please see below for salient characteristics. Fresenius AquaC 15 Amp Reverse Osmosis Water Purification System or Equal QTY of 2 EA Permeate Capacity: Minimum of 85 L/h @ 15° C Yield: Up to 70% Water Supply Input: Minimum of 3.0 L/Minute Water Temperature: +5 to +30°C Drain Operation: Minimum of 1.1 L/Minute Peak Flow (Rinse): Minimum of 2.9 L/Minute User Interface Display: Unit must be able to display, at a minimum, the date, time, total run time and time since last disinfection. Temperature Measurement Operating Range: 0 to 150°C Reverse Osmosis Membrane: pH Tolerance Range of 2 to 11 Power Supply: 15 Amp Product Flow Output: Minimum of 1.4 L/Minute Noise: Less than 50 dB during normal operation Chemical Disinfect: Must have an Integrated chemical port (No additional mixing container needed) Equipment is required to have an automated rinse and standby heat program Equipment must be mobile and on lockable casters Installation VA Clarksburg requires that the equipment, upon receipt, be assembled by the vendor prior to being inspected by our Biomedical Engineering staff and put into use. Training VA Clarksburg requires the vendor to provide training on operating/disinfecting the equipment upon receipt or before the equipment is put into operation. Option to have an additional five (5) healthcare professionals trained on the operation/disinfecting of the equipment after the equipment has been put into operation is also required. Delivery Location Attn: (Angela Bush) Louis A. Johnson Medical Center 1 Medical Center Drive Clarksburg, WV 26301 Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above. The Contractor must comply and provide all necessary information to VA. Clarksburg. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Requested Delivery Date Delivery of equipment is expected within 60 days ARO. Safety Data Sheet (SDS) If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property. Delivery Coordination Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government. Evaluation Team Justin Hite Logistics Management Specialist Justin.hite@va.gov (304) 677-5186 Angela Bush Nurse Manager Angela.bush@va.gov (304) 623-3461 Ext. 3833 FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS: RFI SOLICITATION PHASE: Must provide an authorized distributor or reseller letter if you are not the manufacturer. A copy of the authorized distributor or reseller letter from the OEM manufacturer to verify that you are an authorized distributor or reseller of the products/services. What is the place of manufacturing for the requested items? 52.212-3(j). If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. AUTHORIZED DISTRIBUTOR LETTER FROM OEM (ORIGINAL EQUIPMENT MANAFACTURER. SHALL BE SUBMITTED DURING THE RFI SOLICITATION PHASE TO QUALIFY. 2. 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). DURING THE RFQ SOLICITATION PHASE. (a) 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:  BRAND NAME OR EQUAL TO FRESENIUS IAW STATEMENT OF WORK (SOW)  MUST PROVIDE AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT    MANUFACTURER FOR THIS REQUIREMENT TO QUALIFY BEFORE THE RFQ WILL CLOSE.                         PRICE.                                                        Salient features and price, when combined, IAW SOW ARE MORE IMPORTANT THAN PRICE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. LINE-ITEM DESCRIPTION RO MACHINES FOR CLARKSBURG VAMC BRAND NAME OR EQUAL TO FRESENIUS IAW STATEMENT OF WORK B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ AQUAC 15 AMP PRODUCT NO: 24-10VA-1 EIL: 030, CSN: 6515-438136, NXR-NX PLAN, NURSING ICU, WATER PURIFICATION SYSTEM: RO HEMO ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE. PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-10VA-1 LOCAL STOCK NUMBER: 24-10VA-1 0002 2.00 EA __________________ __________________ AQUACADDY V2 BACKFLOW PREVENTION/RPZ PRODUCT NO: 24-ACBF-0 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-ACBF-0 LOCAL STOCK NUMBER: 24-ACBF-0 0003 2.00 EA __________________ __________________ AQUACADDY V2 BOOSTER PUMP PRODUCT NO: 24-ACBP-0 ""BRAND NAME OR EQUAL FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-ACBP-0 LOCAL STOCK NUMBER: 24-ACBP-0 0004 2.00 EA __________________ __________________ AQUACADDY - DUAL CARBON BLOCK PRODUCT NO: 24-AC02-0 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-AC02-0 LOCAL STOCK NUMBER: 24-AC02-0 0005 2.00 EA __________________ __________________ AAMI WATER PROFILE KIT PRODUCT NO: 24-AAMI-0 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-AAMI-0 LOCAL STOCK NUMBER: 24-AAMI-0 0006 2.00 EA __________________ __________________ EXTENDED RING MAIN 2X5M PRODUCT NO: M565911 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M565911 LOCAL STOCK NUMBER: M565911 0007 2.00 EA __________________ __________________ AQUACADDY V2 BOLT ON HD CONN KIT PRODUCT NO: 24-ACCK-0 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-ACCK-0 LOCAL STOCK NUMBER: 24-ACCK-0 0008 2.00 EA __________________ __________________ SOFTNER PORTAL INCL SALT TABLET KIT PRODUCT NO: 24-0479-0 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 24-0479-0 LOCAL STOCK NUMBER: 24-0479-0 0009 2.00 EA __________________ __________________ AQUA C UNO RO INSTALL W/ISOPURE CART PRODUCT NO: 111147 ""BRAND NAME OR EQUAL TO FRESENIUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 111147 LOCAL STOCK NUMBER: 111147 GRAND TOTAL __________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5916899f10de4a7faee0c585a4aa63be/view)
 
Place of Performance
Address: Clarksburg VA Medical Center 1 Medical Center Drive Clarksburg, WV 26301 26301, USA
Zip Code: 26301
Country: USA
 
Record
SN07161218-F 20240809/240807230127 (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.