DOCUMENT
66 -- Microbiology Refrigerator - Attachment
- Notice Date
- 7/11/2016
- Notice Type
- Attachment
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin GA 31021
- ZIP Code
- 31021
- Solicitation Number
- VA24716Q0640
- Response Due
- 7/14/2016
- Archive Date
- 9/12/2016
- Point of Contact
- Rena Silvestri
- E-Mail Address
-
2-1210
- Small Business Set-Aside
- N/A
- Description
- SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 Contract Administration Data (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. Contractor: b. Government: Contracting Officer 36C247 Contracting Officer Department of Veterans Affairs Carl Vinson VA Medical Center 1826 Veterans Blvd. Dublin GA 31021 2. Contractor Remittance Address: All payments by the Government to the contractor will be made in accordance with FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management 3. Acknowledgment of Amendments: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE B.2 PRICE/COST SCHEDULE Item Information ITEM NO.DESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT 0001LABORATORY REFRIGERATOR Helmer Model HLR245 Horizon Series, OR EQUAL See Specification Guide for more info 1.00 EA _____________ _____________ GRAND TOTAL _____________ B.3 Delivery Schedule ITEM NUMBERQTYDELIVERY DATE 0001SHIP TO:Warehouse, Chief A&MM Services Carl Vinson VA Medical Center 1826 Veterans Blvd Dublin, GA 310211.00No later than 30 days after receipt of order MARK FOR: Bill Mixon 478-272-1210, x2479 william.mixon@va.gov SECTION C - CONTRACT CLAUSES C.1 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS Micro Refrigerator Specifications Guide Background The Pathology & Laboratory Medicine Service Line requests a Helmer model HLR245 Horizon Series Laboratory Refrigerator OR EQUAL to replace two old laboratory refrigerators. The Biomedical Department recommends replacement of the two current refrigerators because of age and condition. Biomed recommends replacement because it would be uneconomical to repair current refrigerators when the need arises. Objectives The procurement of the Laboratory Refrigerator will be completed as quickly as possible and delivery will be made to the Carl Vinson VA Medical Center Warehouse. Scope This Specification Guide defines the effort required for the Dublin VAMC Pathology & Laboratory Medicine Service Line to procure the Laboratory Refrigerator that will replace two old laboratory refrigerators. The current refrigerators are aging and the Biomedical Department recommends replacement. This guide includes the associated requirements for the scope of work to be performed, any applicable reference documents, place of performance, period of performance, schedule of deliveries, and acceptance procedures. Statement of Required Goods/Deliverables The Pathology & Laboratory Medicine service Line requires the procurement of a Helmer model HLR245 Horizon Series Laboratory Refrigerator OR EQUAL. Delivery and installation shall be within 30 calendar days after receipt of the order. Item DescriptionU/IQty Laboratory Refrigerator Helmer HLR245 Horizon Series (Model HLR245) 45 cu ft, 115v 60Hz power option, OR EQUALEA1 Warranty/Maintenance Typical Standard: 5 year compressor, 2 year parts, 1 year laborEA1 Operator and Service ManualsEA1 Minimum characteristics shall include, but not be limited to: -Sure-Seal self-closing door with magnetic closure -Double Doors; 8 shelves -Approximate exterior dimensions 60" x 80" x 30" -LED digital display -Hospital grade plug for enhanced electrical safety -Digital microprocessor temperature controller with built-in alarm/monitor -Key Lock -Password protected settings -Battery backup Warranty shall be typical standard commercial warranty. A copy of the warranty must be included, clearly stating all terms. Operator and Service Manuals may be submitted as either hard copy or electronic copy. Approved electronic copy must be in pdf format, one document per CD, properly labeled with description and product name/model number. Tasks The vendor will provide the Laboratory Refrigerator delivered to the Carl Vinson VA Medical Center warehouse. The vendor will provide service and operator manuals for equipment as well as standard commercial warranty. Equipment will be delivered to the Carl Vinson VA Medical Center warehouse. The equipment will then be installed in the Microbiology Department of Pathology & Laboratory Medicine Service Line by the contractor. The contractor must complete operational testing prior to departure. Training No training required. Security Requirements None required. Place of Performance or Delivery Address Carl Vinson VA Medical Center, Warehouse ATTN: Bill Mixon, Chief Medical Technologist 1826 Veterans Blvd Dublin GA 31021 Inspection and Acceptance The Contracting Officer Representative (COR) for this contract is a government official who has been delegated specific technical, functional and oversight responsibilities. Inspection of the items will be conducted by the CO-designated COR upon delivery and installation at the histology department. Acceptance of the items will be done by the assigned COR upon completion of successful operational testing. Vendor Point of Contact The COR will be Bill Mixon, Chief Medical Technologist, Pathology & Laboratory Medicine Service Line, Bldg 3, Room 111-3. He can be contacted for delivery or guidance during execution of any requested tasks at phone 478.272.1210 x2479 or email William.Mixon@VA.gov. Solicitation Notes This is set aside for Veteran Owned Small Businesses (VOSB) and Service Disabled Veteran Owned Small Businesses (SDVOSB); no other vendor quotes will be considered at this time. Price, technical and past performance will be considered when making a determination for award. Only one award will be made to one vendor that can provide all supplies, equipment, and services at the lowest price technically acceptable. Your firm MUST fill out the attached Request for Quote (RFQ) and submit the completed document to the Government Contracting Official listed in block 20 of the RFQ cover page in order to be considered for award. A vendor's quote/bid will not suffice. If you cannot provide all services through your Schedule contract, you MUST state "Open Market". Request specification sheet for each item quoted as an OR EQUAL item to describe item to be furnished. Failure to provide sufficient technical data to allow a comprehensive review may result in being determined as non-responsive. Company name and item stock numbers shown for the "EXACT MATCH" or "BRAND NAME OR EQUAL" characteristics in no way implies special endorsement consideration for that firm. All quotes shall be FOB Destination to include all associated fees, if required. SECTION E - SOLICITATION PROVISIONS E.1 FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) (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: PRICE - TECHNICAL - PAST PERFORMANCE Technical and past performance, when combined, are equal to 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. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DuVAMC557/DuVAMC557/VA24716Q0640/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-Q-0640 VA247-16-Q-0640_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2864818&FileName=VA247-16-Q-0640-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2864818&FileName=VA247-16-Q-0640-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-Q-0640 VA247-16-Q-0640_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2864818&FileName=VA247-16-Q-0640-000.docx)
- Record
- SN04177430-W 20160713/160711234403-f7007a719ee2cadefdec67c1d2dc640e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |