Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
DOCUMENT

65 -- 501-16-4-337-0213 SEMI-AUTO STRETCH WRAP MACH W/SCALE - Attachment

Notice Date
8/1/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25816N0726
 
Response Due
8/8/2016
 
Archive Date
8/8/2016
 
Point of Contact
Danja Jevon Holly
 
E-Mail Address
danja.holly@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. (A Sources Sought is defined as not an actual bid or proposal solicitation; instead, it's a solicitation of interest. Think of a Sources Sought as market research being conducted by a government agency to determine what the capabilities and interests of the marketplace are).This is not a request for actual bid or proposal solicitation. A solicitation will not be issued at this time. The Department of Veterans Affairs, Albuquerque VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center has a requirement for an additional Semi-automatic stretch wrap machine with scale. The intent of the procurement is to award a firm-fixed price contract. The Department of Veteran Affairs (VA) Cooperative Studies Program Clinical Research Pharmacy Coordinating Center (CSPCRPCC) has a requirement to purchase a Semi-automatic stretch wrap machine with scale. This machine will replace the current semi-automatic stretch wrap machine which is twelve years old and out dated in regards upgrades. (VA) Cooperative Studies Program Clinical Research Pharmacy Coordinating Center (CSPCRPCC): VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106-4180 The applicable NAICS code is 339112 Surgical and Medical Instrument Manufacturing. Small Business manufacturers for this NAICS code have a size standard of 1,000 employees. The resulting contract will be a firm fixed price order. The term of the contract is intended to be 30 calendar days ARO, with no options included. It is anticipated that a Request for Quotes will be issued in August, 2016. Award of a firm fixed price contract is contemplated by September, 2016. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company's bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is August 8th, 2016 at 12:00 pm EST. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Danja.holly@va.gov. Hard copy submissions are acceptable to VISN 18 Network Contracting Office; 777 E Missouri Ave, Suite #300, Phoenix AZ 85014. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. STATEMENT OF WORK (SOW) As of 05/11/2016 1.SCHEDULE OF SERVICES AND/OR SUPPLIES. #Item/Stock#DescriptionEst. Qty.UnitUnit PriceEstimated Amount 1H-1619SEMI-AUTO STR WRAP MACH W/SCALE1EA11,133.9111,133.91 TOTAL ESTIMATED COST11,133.91 2.BACKGROUND. The Department of Veteran Affairs (VA) Cooperative Studies Program Clinical Research Pharmacy Coordinating Center (CSPCRPCC) has a requirement to purchase a Semi-automatic stretch wrap machine with scale. This machine will replace the current semi-automatic stretch wrap machine which is twelve years old and out dated in regards upgrades. The semi-automatic stretch wrap machine with scale will used to weigh and plastic wrap medical devices and drugs that have been dispositioned for destruction due to expiration dates and FDA guidelines. 3.SCOPE. The current Semi-automatic stretch wrap machine is used in conjunction with a floor based calibrated pallet scale, to plastic wrap medical devices and drugs that have been dispositioned for destruction due to expiration dates and FDA guidelines. Both the stretch wrap machine and scale now take up valuable floor space needed for VACSPCRPCC clinical study project materials and associated shelving requirements. By having a unit that performs both functions from the same machine, will open up this floor space making accountability, organization and cleanliness in accordance to current good manufacturing practices (cGMP) standards. 4.SPECIFIC TASKS. 4.1Task 1 - Delivery and Inspection of semi-automatic stretch wrap machine w/scale: Vendor will pack and ship automated SEMI-AUTO STR WRAP MACH W/SCALE in a secure wooden crate to prevent damage with proper shipping documentation securely attached to the inside or outside of shipping crate. 5.PERFORMANCE MONITORING. TaskStandardAcceptable Quality LevelSurveillance Method 7.1 - Delivery and Inspection of SEMI-AUTO STR WRAP MACH W/SCALESystem delivered within contract agreed-to schedule and System packed and shipped to prevent damageSystem delivered in accordance with contract System and will be unpacked upon delivery and inspected for damageDirect Observation 6.SECURITY REQUIREMENTS. The C&A requirements do not apply and a Security Accreditation Package is not required. 7.GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI). The VA CSPCRPCC will supply/assist the delivery driver with forklift and pallet truck to move and position equipment within the building. Any power requirement for this system will be handled by CSP plant engineer. 8.OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS. Not Applicable a.Identification of Possible Follow-on Work. Yearly scale calibration maintenance by an authorized dealer. b.Identification of Potential Conflicts of Interest (COI). There are no potential conflicts of interest identified. c.Identification of Non-Disclosure Requirements. There is no need for non-disclosure agreement for this requirement. d.Packaging, Packing and Shipping Instructions. Equipment components shall be packed in protective wrapping, transport skid or wooden crate and secured with adequate straps. The contractor shall utilize a shipping vendor that has adequate equipment to safely deliver purchased equipment. e.Inspection and Acceptance Criteria. Equipment and component warranties are 12 months. Wear parts and parts not installed according to the original manufacturer's instructions, abused, not used in accordance with the application originally intended, or modified without prior approval of the original equipment manufacturer are excluded. 9.PLACE OF PERFORMANCE. Equipment is to be delivered and installed by the contractor at the VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center located at 2401 Centre Avenue, SE, Albuquerque NM 87106-4180. 10.PERIOD OF PERFORMACE. The period of performance will be from when the contract is issued to selected contractor until all items listed have been delivered and installed. 11.DELIVERY SCHEDULE. SOW Task #Deliverable TitleFormatNumberCalendar Days After CO Start 7.1Delivery of Automated Cottoner Detailed Packing SlipOne (1) Copy to be used at delivery, One (1) Copy to COR2 to 4 weeks after Contract Issued *Standard Distribution: One copy of the transmittal letter without the deliverable to the Contracting Officer shall be emailed. 12.ACRONYMS. A.CO - Contracting Officer. The Federal employee who is warranted by the Government to enter into contracts on behalf of the Government and is the only person authorized to make changes to those contracts. B.COTR - Contracting Officer's Technical Representative. Individual designated by the CO to place orders, furnish technical guidance, advice, certify invoices, and provide general supervision of the work performed under the executed contract. C.CSPCRPCC - Cooperative Studies Program Clinical Research Pharmacy Coordinating Center. D.VAMC - Department of Veterans Affairs Medical Center E.NMAHCS - New Mexico Veterans Affairs Healthcare System
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25816N0726/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-16-N-0726 VA258-16-N-0726.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2914041&FileName=VA258-16-N-0726-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2914041&FileName=VA258-16-N-0726-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Cooperative Studies Program Clinical Research; Pharmacy Coordinating Center;2401 Centre Avenue, SE Albuquerque, NM
Zip Code: 87106
 
Record
SN04203061-W 20160803/160801234523-084a32d731c87751ed748c780476b205 (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 |
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.