MODIFICATION
79 -- COVID-19 Electrostatic Disinfectant Sprayer
- Notice Date
- 9/8/2020 6:32:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325612
— Polish and Other Sanitation Good Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24620Q0957
- Response Due
- 9/11/2020 9:00:00 AM
- Archive Date
- 10/11/2020
- Point of Contact
- Cole J Culley, Contract Specialist, Phone: 757-728-7014
- E-Mail Address
-
cole.culley@va.gov
(cole.culley@va.gov)
- Awardee
- null
- Description
- Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description This is a 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 This solicitation is set-aside for Small Businesses The associated North American Industrial Classification System (NAICS) code for this procurement is 325612, with a small business size standard of 750 Employees. The FSC/PSC is 7930. The Department of Veterans Affairs, Network Contracting Office (NCO) 6 located at 100 Emancipation Drive, Hampton, VA 23667 is seeking to purchase Electrostatic Disinfectant Sprayers and Disinfectant. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 DISINFECTANT CLEANER 128oz 4/CS Brand-name or equal to Clorox Total 360 1 CS 0002 Electrostatic Sprayer 8 EA Electrostatic Sprayer Must run on AC (wall plug) and have a sprayer nozzle that can reach approximately 2 4 feet away from surfaces. Must have electrostatic spray surface cleaning with the ability to spray an electrostatically charged mist onto surfaces and objects covered the entire object and hard to reach areas. Muse be able to cove 360 degrees of the desired surfaces must have wheels and be mobile Must be able to use cleaning, sanitizing and infectant products to kill COVID19, C-DIFF, MRSA, and other MDRO s Sprayer nozzle should be able to reach hard to reach places Must have a 1 year warranty Disinfectant Kills 99.9% of bacteria in 5 seconds 44 organism claims: Kills colds and flu viruses, MRSA and norovirus in 2 minutes or less Must have a One-step disinfecting Must eliminate odors Must have the ability to sanitizes soft surfaces (Waiting area Chairs, Patient Privacy Curtains, Carpet . . .Office chairs) Must Inhibits the growth of mold and mildew for up to 7 days Must be compatible on all common healthcare surfaces Must be low odor Must be a one-step disinfectant Delivery shall be provided no later than 14 days after receipt of order (ARO). FOB Destination Place of Performance/Place of Delivery Address: 508 Fulton Street, Durham, NC Postal Code: 27705 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (see addendum below) FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26, Covered Telecommunications Equipment or Services-Representation. 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) [all, check only those provisions and clauses that apply, See Note 11] ....................... [F][C] X 852.203-70, Commercial Advertising. [solicitations that contain FAR 52.228-1, Bid Guarantee] [C] X 852.232-72, Electronic Submission of Payment Requests. [sols & contracts exceeding micro-purchase threshold, except those for which the CO has directed otherwise under VAAR 832.7001, and those paid with a Governmentwide commercial purchase card] [C] X 852.246-71, Rejected Goods. [Formerly Inspection (JAN 2008), insert in solicitations & contracts for acquisition of supplies, equipment or perishable goods. Perishable goods include such items as packing house and dairy products, bread and bakery products, fresh and frozen fruits, and vegetables] [C] X 852.273-74, Award without Exchanges. [If award may be made without exchange with vendors] [P] 852.212-71 Gray Market Items (APR 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(1) Subparagraph (b)(22) Subparagraph (b)(26) Subparagraph (b)(27) Subparagraph (b)(28) Subparagraph (b)(32) Subparagraph (b)(33) Subparagraph(b)(55) All quoters shall submit the following: Quotations in accordance with the Instructions to Offerors. All quotes shall be sent to the Contracting Officer via email at cole.culley@va.gov no later than September 11, 2020, at 12noon, EST. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Price Past Performance Schedule The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Offerors FAR PART 13 SIMPLIFIED ACQUISTION PROCEDURES This procurement is being conducted under the Part 13 Simplified Acquisition Procedures where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. 1.0 OFFER SUBMISSION Unless authorized in writing by an amendment to this solicitation, offerors shall submit their quotation via email to Cole J. Culley at cole.culley@va.gov no later than September 11, 2020, at 12noon, EST. Quotations shall be assembled by the following Sections; each section shall be easily identified. Section A Pricing Pricing shall be submitted as requested in the Price/Cost Schedule. The contractor shall submit a supplemental appendix with their offer for specified CLINs. Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirement and be consistent with the various elements of the offer. Section B Offerors Representations and Certifications 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). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov/portal/public/SAM/. All Offerors shall be registered and current in the System for Award Management (SAM) database at time of award. To be considered a SDVOSB, the company must be listed as verified in the vendor information pages in the VIP database, https://vip.vetbiz.va.gov . Section C Technical Approach The contractor shall submit all technical specifications of the products being offered. Failure to do so may result in the offer being deemed technically unacceptable. 2.0 LATE SUBMISSIONS The contractor shall adhere to all instructions in this RFQ. Quotations that do not adhere to the above instructions may be considered technically unacceptable. All late submissions may not be considered. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than September 11, 2020 at 12noon Eastern to cole.culley@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Cole.Culley@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/254846a2a863478da6a5beaebe60ecce/view)
- Place of Performance
- Address: See Attachment
- Record
- SN05789195-F 20200910/200908230149 (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 |