DOCUMENT
65 -- STERIS Steam Sterilizer Instruments - Attachment
- Notice Date
- 9/10/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218U0158
- Response Due
- 9/7/2018
- Archive Date
- 11/6/2018
- Point of Contact
- Adrienne Brown
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation set aside for SDVOSB s and VOSB s for BRAND NAME OR EQUAL commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26218U0158 The Department of Veterans Affairs Loma Linda Healthcare System, Loma Linda, CA 92357 has a requirement for BRAND NAME OR EQUAL FOR A STERIS STEAM STERILIZER. The Contractor shall furnish all supplies/services at The VA Loma Linda Healthcare System located at 11201 Benton Street, Loma Linda, CA 92357. Shipping included in cost. This is a BRAND NAME OR EQUAL solicitation set aside for SDVOSB s and VOSB s. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal, a description of the salient characteristics are outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. Line Item Item Number Description QTY UNIT 0001 CSN 6530-439555 Amsco 400 16X16X26 Prevacuum Single Sliding Cabinet Steam The AMSCO 400 SERIES 16 Small Steam Sterilizer AMSCO ® 400 Small Steam Sterilizers 16" x 16" x 26" Prevacuum Single Door External Supplied Steam (Facility Steam/Stand-Alone Generator) Standard configuration with a Venturi - single phase power only 1 EA 0002 Install Cabinet Pkg on the unit Installation includes all necessary labor and materials required to uncrate, set-inplace and assemble STERIS equipment. Includes with its Installation Services an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. 1 EA 0003 Install Small Steam Sterilizer Installation includes all necessary labor and materials required to uncrate, set-inplace and assemble STERIS equipment. Includes with its Installation Services an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. 1 EA 0004 Deinstallation - Small Sterilizers Make all necessary utility disconnections, remove and transport equipment to a predetermined location within same customer facility for pickup or disposal. 1 EA 0005 Disposal of Sterilizer Personnel will determine the most efficient method of disposal including but not inclusive of pick up by STERIS carrier or removal by local scrapping entity. 1 EA The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339113, Size Standard 750 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Wednesday, September 12, 2018 at 3:00 PM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Adrienne Brown, Contracting Specialist at ADRIENNE.BROWN4@va.gov with "36C26218U0158, STERIS STEAM STERILIZER in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. STERI S AMSCO ® 400 Series Small Steam Sterilizer Compliant. Larger capacity. Ready for immediate-use. Compliant 111MMI-STS:2008 111MMI-ST79:2010 Processes up to three 25-lb. sets Increased shelf clearance allows processing of larger ortho and bariatric sets and large retractors Requires no additional floor space Model Size Type Load 400 Series 16 16 X 16 X 26" Prevac 2 trays/4 fabric 400 Series 20 20 X 20 X 38" Prevac 3 trays/6 fabric ------- ----- · ·--- 2 trays/4 fabric 400 Series 16S 16 X 16 X 26" SFPP 400 Series 20S 20 X 20 X 38" SFPP 3 trays/6 fabric Available Cycles: Sterilize Temp. Sterilize Time Dry Time Immediate-use Prevac 270 °F (132 °C) 4Min. 1 Min. Immediate-use Gravity 270 °F (132 °C) 10 Min. 1 Min. Immediate-use Gravity 270 °F (132 °C) 3Min. 1 Min. Prevac 210 °F (132 °c) 4 Min. 30 Min. Prevac 275 °F (135 °C) 3 Min. 30 Min. Prevac 270 °F (132 °C) 4 Min. 5 Min. Prevac 270 °F (132 °C) ---------- ---- · 270 °F (132 °C) 4Min. 20 Min. SFPP* 4Min. 5 Min. SFPP* 270 °F (132 °C) 4Min. 30 Min. SFPP* 275 °F (135 °C) 3Min. 30Min. SFPP* 270 °F (132 °C) 4Min. 20 Min. Gravity 250 °F (121 °C) 30 Min. 15 Min. Gravity 270 °F (132 °C) 15 Min. 30 Min. Gravity 250 °F (121 °C) 30 Min. 30 Min. Gravity 270 °F (132 °C) 25 Min. 15 Min. Liquid 250 °F (121 °C) 45 Min. NIA Leak Test N/A N/A N/A DART Test (Bowie Dick) 270 °F (132 °C) 3.5 Min. 1 Min. DART Warm-up 270 °F (132 °C) 3 Min. 1 Min. Customizable cycles/cycle names Variety of pre-programmed cycles Safe, intuitive operation Hands-free, foot-activated door 111 One-touch control with security access code Simple programming; customizable cycle names 111 Control/countdown screen visible from 15' Display messages in complete phrases 111 Ink-on-paper impact printer Controls at eye level for easy access 111 Programmable utilities startup/shutdown Water-saving temperature control Adaptable configurations e Single Door Double Door Cabinet Enclosed/Freestanding Recessed 111 House Steam 111 Integral Steam Generator with Flush and Drain 111 208 Volts 1111 240 Volts 480 Volts Reliably engineered Non-lubricated, steam-activated door gasket with two-year warranty Teflon-sleeved shelves with up to 18" clearance Easy access modular piping 111 Fully jacketed pressure vessel 316 L stainless steel construction 15-year chamber warranty Accessories Rack/Shelves (16" and 20" units) 111 Loading Car/Transfer Carriage (20" only) l!ll Seismic Tie-Down Kit CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-1, Instructions to Offerors Commercial Applies to this acquisition and the following addenda to the provision. (a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. (b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. (c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. FAR 52.212-2(a) Evaluation Commercial Items (Oct 2014) Applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Offerors shall include a completed copy of the provision at with its offer. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (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: (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 $650,000 ($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, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (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) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (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 E.O. 13627). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 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). (xx) 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. (xxi) 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. VAAR CLAUSES 852.203.70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-70 SERVICE DATA MANUALS (NOV 1984) 852.232-72 Electronic submission of payment requests. As prescribed in 832.7002-2, insert the following clause: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org ) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. CLAUSES INCORPORATED BY REFERENCE FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government. Sep 2006 FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. Oct 2016 FAR Clause 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Oct 2015 FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items. Jan 2017 FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. Oct 2014 FAR Clause 52.219-8 Utilization of Small Business Concerns. Nov 2016 FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation. Jul 2013 FAR Clause 52.222-26 Equal Opportunity. Sep 2016 FAR Clause 52.222-35 Equal Opportunity for Veterans. Oct 2015 FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities. Jul 2014 FAR Clause 52.222-37 Employment Reports on Veterans. Feb 2016 FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. Dec 2010 FAR Clause 52.225-1 Buy American Supplies May 2014 FAR Clause 52.225-5 Trade Agreements. Oct 2016 FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases. Jun 2008
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0158/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218U0158 36C26218U0158.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4584542&FileName=36C26218U0158-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4584542&FileName=36C26218U0158-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218U0158 36C26218U0158.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4584542&FileName=36C26218U0158-000.docx)
- Place of Performance
- Address: VA Loma Linda Healthcare System;11201 Benton Street;Warehouse 1-C05;Loma Linda, CA
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN05080932-W 20180912/180910231208-cf697692af20186615919e30bdbf5345 (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 |