Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOLICITATION NOTICE

J -- STERRAD FULL SERVICE FOR STRATTON VA MEDICAL CENTER

Notice Date
3/13/2020 11:54:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0409
 
Response Due
3/20/2020 12:00:00 AM
 
Archive Date
06/18/2020
 
Point of Contact
Clifford S. Harrison
 
E-Mail Address
Clifford.Harrison@va.gov
(Clifford.Harrison@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION Preventative maintenance/service, parts, and on-call emergency support for the listed Advanced Sterilization Products Sterrad Plasma Sterilizers (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , 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. (ii) The solicitation number: 36C24220Q0409 is issued as a request for quote (RFQ) and will be submitted on through https://beta.sam.gov/. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This procurement is being issued as 100% unrestricted Open Market Competition. The North American Industry Classification System (NAICS) code is 811219, All Other Support Services with a small business size standard of $20.5 million. (v) The Contractor shall provide pricing for Advanced Sterilization Products Sterrad Plasma Sterilizers. See table below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/ SERVICES QUANTITY UNIT UNIT PRICE AMOUNT BASE: MARCH 25, 2020- MARCH 24, 2021 0001 STERRAD NX (10033050503) 12 MO 0002 STERRAD NX (0033110760) 12 MO 0003 STERRAD 100NX (1041120572) 12 MO Base Total: OPTION YEAR 1 MARCH 25, 2021 MARCH 24, 2022 1001 STERRAD NX (10033050503) 12 MO 1002 STERRAD NX (0033110760) 12 MO 1003 STERRAD 100NX (1041120572) 12 MO Option Year 1 Total: OPTION YEAR 2 MARCH 25, 2022 MARCH 24, 2023 2001 STERRAD NX (10033050503) 12 MO 2002 STERRAD NX (0033110760) 12 MO 2003 STERRAD 100NX (1041120572) 12 MO Option Year 2 Total: OPTION YEAR 3 MARCH 25, 2023-- MARCH 24, 2024 3001 STERRAD NX (10033050503) 12 MO 3002 STERRAD NX (0033110760) 12 MO 3003 STERRAD 100NX (1041120572) 12 MO Option Year 3 Total: OPTION YEAR 4 MARCH 25,2024-- MARCH 24, 2025 4001 STERRAD NX (10033050503) 12 MO 4002 STERRAD NX (0033110760) 12 MO 4003 STERRAD 100NX (1041120572) 12 MO Option Year 4 Total: TOTAL CONTRACT AMOUNT: $ (vi) Description of requirement SEE ATTACHED STATEMENT OF WORK (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24220Q0409 All responses must be submitted by March 20, 2020 12PM EST Point of Contact: Clifford S. Harrison , Company name: Department of Veteran Affairs, address: 130 West Kingsbridge Road RM 9B-67, telephone: 718.584.9000 EXT.4680 and email address: Clifford.Harrison@va.gov. technical description of the items being offered in sufficient detail to evaluate compliance Terms of any express warranty; with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Price & any discount terms, A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212- 3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments Past performance information If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Manage Alternate I (OCT 2018) 52.204-22 Alternatives Line Item Proposal (JAN 2017) 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 52.217-5 Evaluation of Options (Jul 1990) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008) 852.270-1 Representatives of Contracting Offices (Jan 2008) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Lowest Priced Technically Acceptable (LPTA) to the Government. The following factors shall be used to evaluate offers: Technical: The offeror shall describe in its technical solution how it plans to meet the requirement in the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. Past Performance: A review of the offeror s past performance will assess whether the Contractor has the ability to successfully accomplish the elements outlined in the statement of work.� The offeror is required to provide 3-4 references which will be evaluated based on the relevancy of the information, the source of the information, and general trends in the Contractor s performance. The offeror past performance shall be similar in size, scope, and complexity as required by this SOW, include technical point of contacts for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. Price: Offeror shall provide a detail breakdown of the hourly rates for employees and minimum number of employees to complete the cleaning. Will be determined as fair and reasonable per FAR part 13.106-3. 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). NOTE: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov/SAM/). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontracting Awards (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.222-51 Combating Trafficking in Persons Alternate I (MAR 2015) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a 100% unrestricted open-market combined synopsis/solicitation for Advanced Sterilization Products & Sterrad Plasma Sterilizers at the Stratton, Department of Veteran Affairs, located at: 113 Holland Ave., Albany NY 12208. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 10:00 AM EST, Tuesday, March 11, 2020. The government shall only accept electronic submissions via email, please send all quotations to Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Clifford S. Harrison, Contracting Officer, Clifford.Harrison@va.gov . The last day to submit questions is 4:00 PM EST, Friday, March 20, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/02790b0045b6434ebd0c0c9bce5b9d4d/view)
 
Place of Performance
Address: Albany Stratton VA Medical Center;113 Holland Ave, Albany, NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN05588378-F 20200315/200313230139 (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.