SOLICITATION NOTICE
66 -- BRAND NAME OR EQUAL REQUIREMENT for one (1) Getinge USA (GEW P 101210-1) Washer/Dryer.
- Notice Date
- 7/28/2020 11:14:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E20Q0196
- Response Due
- 8/3/2020 7:00:00 AM
- Archive Date
- 09/02/2020
- Point of Contact
- Email: michael.haydo@va.gov, Contracting Officer: Michael Haydo, Phone: (412) 822-3158
- E-Mail Address
-
Michael.Haydo@va.gov
(Michael.Haydo@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 2 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E20Q0196 Posted Date: 07/28/2020 Original Response Date: 08/03/2020 Current Response Date: 08/03/2020 Product or Service Code: 6640 Laboratory Equipment and Supplies Set Aside (SDVOSB/VOSB): Cascading Set-aside (see cascading instructions below) NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing Contracting Office Address US Department of Veterans Affairs Regional Procurement Office East Research and Development Team 323 North Shore Dr. Pittsburgh, PA 15212 Description This is an open market combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. The government intends to award a purchase order as a result of this combined synopsis / solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one (1) BRAND NAME or EQUAL GMP (Good Manufacturing Practice) for one (1) Getinge USA (GEW P 101210-1) Washer/Dryer capable of washing equipment parts used in pharmaceutical production to meet CFR21 requirements for the VA Cooperative Studies Program, Clinical Research Pharmacy Coordinating Center SALIENT CHARACTERISTICS: Required Features: Single door/Front loading 316L Stainless steel construction Chamber welds ground flushed Chamber welds polished Glass door for load viewing Drainable hydraulic circuit Sanitary recirculation pump Electric heater for heating water (facility does not have steam) Recirculation pump pressure monitoring Chemical pump pressure monitoring Allen Bradley Compact Logix Controller with a Panel View + 10 HMI Sampling Valve in Sump Two (2) Chemical Inlets Effluent PH Neutralization Physical requirements: Exterior dimensions no greater than (due to space limitations): 89 W x 99 H x 49 D Internal dimensions minimum (due to equipment being washed): 39 W x 47 H x 39 D Chamber capacity: 330.2 gal +/- 5 gal Loading height: 28 +/- 1 Electrical 208V Additional items: One Transfer Trolley One Custom Glassware Rack Washing and Final Rinse Water Conductivity Supervision of Installation and Start-up This is a BRAND NAME OR EQUAL REQUIREMENT for one (1) Getinge USA (GEW P 101210-1) Washer/Dryer, or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products shall meet, or exceed, all salient characteristics shown above. All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery: Address: VAMC Albuquerque, NM The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee The following subparagraphs of FAR 52.212-5 are applicable: (a) All (b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55) (d) All The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor ""meeting or exceeding the requirement , and (3) price"". Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures with the order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two), whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: Submission shall be received not later than 08/03/2020 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted. Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/60aabc72035b42d8aa9669dc3ad2ad6c/view)
- Place of Performance
- Address: VA Medical Center Albuquerque, NM
- Record
- SN05736585-F 20200730/200728230143 (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 |