SOLICITATION NOTICE
65 -- Short Endoscope Storage Cabinets
- Notice Date
- 2/11/2021 3:00:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26021Q0228
- Response Due
- 2/17/2021 2:00:00 PM
- Archive Date
- 03/19/2021
- Point of Contact
- Dane Gift, Contracting Specialist, Phone: 360-816-2762
- E-Mail Address
-
Dane.Gift@va.gov
(Dane.Gift@va.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Awardee
- null
- Description
- 1. 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. 2. This is a Request for Quote (RFQ) and the solicitation number is 36C26021Q0228. The Government anticipates awarding a firm-fixed price purchase order contract resulting from this solicitation. 3. This is a BRAND NAME or EQUAL solicitation for MASS Medical Storage, LLC. Short Endoscope Storage Cabinets. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04 effective January 19, 2021. 4. This solicitation is 100% set-aside for Service-Disabled Veteran Owned Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 Employees and the PSC is 6525. All interested SDVOSBs must be verified for ownership and control pursuant to 38 CFR 74 and listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); All interested companies shall provide quotations, including pricing as a part of this solicitation. 5. Equipment Needed: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 18.00 EA __________________ __________________ SHORT ENDOSCOPE STORAGE CABINET W/HEPA LOCAL STOCK NUMBER: SCOPELOCKERPBH GRAND TOTAL __________________ 6. Salient Characteristics The Short Endoscope Storage Cabinet w/HEPA needed for endoscope storage. The equipment must meet the minimum of the following: Must allow 2-4 scopes to hang freely without looping, touching other scopes, or touching other surfaces inside the cabinet. Must be able to hang Olympus ENF-V2/V3/VH scopes as indicated above. ENF-V2 Working Length: 300mm Field of View: 110° Depth of Field: 5-50mm Outer Diameter: 3.9mm Outer Diameter Insertion Tube: 3.6mm Max Angulation Up: 130° Max Angulation Down: 130° ENF-V3 Working Length: 300mm Field of View: 90° Depth of Field: 3.5-50mm Outer Diameter: 2.6mm Outer Diameter Insertion Tube: 2.9mm Max Angulation Up: 130° Max Angulation Down: 130° ENF-VH Working Length: 300mm Field of View: 110° Depth of Field: 5-50mm Outer Diameter: 3.9mm Outer Diameter Insertion Tube: 3.6mm Max Angulation Up: 130° Max Angulation Down: 130° Must have see-through doors Must have adjustable holders for large and small scopes. Must be at least 19 inches wide but no more than 20 inches to accommodate the amount of scopes needed and to fit into the space required. Must be at least 48 inches tall but no more than 49 inches to accommodate the amount of scopes needed and to fit into the space identified. Must have a depth of at least 11 inches but no more than 12 inches to accommodate the amount of scopes needed and to fit into the space identified. Door must be hinged. Shall include, at a minimum, a 90-day return policy and a 1-year limited manufacturer s warranty. 7. Place of Performance/Place of Delivery Portland VA Medical Center Warehouse 1601 East Fourth Plain Blvd. Vancouver, WA Postal Code: 98661 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: 9. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal 52.214-21 Descriptive Literature (a) Gray market items are Original Equipment Manufacturers (OEM Stryker) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 10. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. the following factors shall be used to evaluate offers: (a) Price: Price - The offeror shall complete the pricing schedule provided in Section (5) above: Price/Cost Schedule. (b) Proof of Meeting the Special Standards of Responsibility: The offeror must provide proof of being an authorized distributor of the manufacturer to be considered for award. 11. 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. 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. The following contract clauses apply to this acquisition: 12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause: 852.203-70 Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests. 12. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (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 dane.gift@va.gov and received no later than 17:00 AM EST on 02/17/2021. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. The Government intends to make award without discussions. 16. For information regarding the solicitation, please contact Dane Gift at Dane.Gift@va.gov. DEPARTMENT OF VETERANS AFFAIRS
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/849b3dcffe6947518f03d48a057dc76b/view)
- Place of Performance
- Address: Department of Veterans Affairs Portland VA Medical Center Warehouse 1601 East Fourth Plain Blvd., Vancouver, WA 98661, USA
- Zip Code: 98661
- Country: USA
- Zip Code: 98661
- Record
- SN05915074-F 20210213/210211230112 (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 |