Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2019 FBO #6501
DOCUMENT

65 -- Lab Freezers - Attachment

Notice Date
9/11/2019
 
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;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26019Q0838
 
Response Due
9/17/2019
 
Archive Date
10/17/2019
 
Point of Contact
Jared Zinsmeister
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 4 of 4 1. This is a combined synopsis/solicitation for So-Low Refrigerators and Freezers BRAND NAME OR EQUAL, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26019Q0838 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. 4. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 333415 code has a small business size standard of 1250. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "Gray Market" items. All items must be covered by the manufacturer's warranty. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 SOLOW MODEL DH4-27SD 115-60-1 Equal Item: __________________ 2.00 EA __________________ __________________ 0002 SO-LOW FREEZER MODEL U40-28 115-60-1 Equal Item: __________________ 4 __________________ __________________ 0003 DIGITAL TEMP RECORDER MODLE: DR100 Equal Item: __________________ 3 __________________ __________________ 0004 WIRED SENSORS FOR DR100 Equal Item: __________________ 9 __________________ __________________ 0005 TELEPHONE ALARM SYSTEM SENSAPHONE #1200 Equal Item: __________________ 3 __________________ __________________ GRAND TOTAL __________________ 6. Comparable products must meet or exceed the following specifications: Salient Characteristics: Refrigerator Upright style Approximately 27-30 cubic feet Temperature range ~2-8 degrees Celsius Alarm and hookup to monitoring system Interior Shelves Digital readout Temperature min/max memory Units must be standalone, no external refrigerant lines needed Units must take 115V power  to be compatible with existing RR&D spaces Vendor must be on the list of brands serviced by Spectrum Lab Services (attached) because of existing VA service contract with Spectrum Lab Services Freezers Upright style Approximately 27-30 cubif feet Temperature range -30 to -40 degrees Celsius Alarm and hookup to monitoring system Interior Shelves Digital readout Temperature min/max memory Units must be standalone, no external refrigerant lines needed Units must take 115V power  to be compatible with existing RR&D spaces Vendor must be on the list of brands serviced by Spectrum Lab Services (attached) because of existing VA service contract with Spectrum Lab Services Temperature must stay within +/- 2 deg C of the setpoint at all times when closed. "Frost-free" freezers which fluctuate in temperature are not acceptable, as these have been shown to damage our research specimens. External alarm/temperature monitoring system: Needs to be able to connect to an analog phone line and be wired to fridge/freezer alarm systems.  This is necessary to alert RR&D personnel in case of a freezer failure or power outage, especially during evenings and weekends. In such a case the specimens must be transferred to alternative storage. Has the ability to call specified users to notify them when the freezer/fridge alarm goes off Has a backup battery with at least 8 hours of reserve power in the case of a power outage Able to log temperatures of multiple freezer/fridge units at once Can sample and record temperatures at least once per hour Has enough internal memory to store at least a few months worth of temperature data.  This is necessary to check for temperature fluctuations, to determine specimen viability. Can be easily mounted within/on the freezer/fridge 7. Delivery: Delivery shall be within ninety (30) days from the time of award. Items shall be delivered to the Seattle VA Medical Center located at 1660 S. Columbian Way, MS151, Seattle, WA 98108. FOB Destination. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 9. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: a. Technical b. Price Technical conformance is more important than price. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to jared.zinsmesiter@va.gov no later than 2pm PST on 09/17/2019. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Jared Zinsmeister at jared.zinsmeister@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0838/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26019Q0838 36C26019Q0838.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5149333&FileName=36C26019Q0838-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5149333&FileName=36C26019Q0838-000.docx

 
File Name: 36C26019Q0838 OTHER OTHER ATTACHMENTS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5149334&FileName=36C26019Q0838-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5149334&FileName=36C26019Q0838-001.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: Seattle VA Medical Center;MS151;1660 S. Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN05440776-W 20190913/190912053948-a27d58abb4f8475bbb070adeb754cac8 (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.