SOLICITATION NOTICE
66 -- Benchtop Centrifuges
- Notice Date
- 5/12/2021 10:14:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q0701
- Response Due
- 5/17/2021 2:00:00 PM
- Archive Date
- 08/24/2021
- Point of Contact
- Contracting Officer, David W. Parente, Phone: 843-789-6255
- E-Mail Address
-
david.parente@va.gov
(david.parente@va.gov)
- Awardee
- null
- Description
- Solicitation: Benchtop Centrifuges Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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) Solicitation 36C24721Q0701 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-05, March 10, 2021. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This combined/synopsis solicitation is set aside for Service Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is NAICS 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard 1,000 employees. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or ""gray market"" items. All Equipment must be covered by the manufacturer's warranty. This requirement consists of the following items: Brand Name-Standardization: Thermo Scientific See Attached Schedule (vi) Description of requirements for the items to be acquired. Pricing Information: 1. Pricing should be considered FOB DESTINATION 2. New Equipment only; no remanufactured or ""gray market"" items 3. All items must be covered by the manufacturer's warranty. 4. Offer MUST be good for 30 calendar days after close of solicitation. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Delivery Addresses: Department of Veterans Affairs Ralph H. Johnson VAMC 109 Bee St. RM: BB211-C (Laboratory) Charleston, SC 29401 1. Delivery: 30 DAYS ARO 2. Shipping: FOB DESTINATION (viii) 52.212-1 Instructions to Offerors - commercial Items (ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. A letter from the OEM stating the Offeror is an authorized reseller of the Benchtop Centrifuges shall be included with the proposal. Failure to provide the authorized reseller letter will result in a Non-Acceptable Offer to which No Award will be made. If the offeror is quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meet all of the salient characteristics listed below to be considered for Award. The salient characteristics for the specified item(s) are as follows: Easy To Use Intuitive controls simplify operation and provide detailed information on a wide range of operating parameters and processing status for optimal performance Patented motorized lid latch enables one finger downward motion for easiest closing and locking of centrifuge lid, even on tall benches Auto-Lock Rotor Exchange Secure locking system allows easy push-button installation and exchange of rotors Saves time switching between applications Easy access to rotor chamber for quick cleaning, a healthier working environment and longer unit life ClickSeal Bucket Sealing System Biocontainment solution seals with a snap; eliminates screw caps and complicated clips Glove-friendly, one-handed open/close capability SMARTSpin Technology Advanced rotor management system maximizes acceleration, braking and residual load imbalance for each rotor and bucket option Optimizes safety and improves separations Space-Saving Design Compact dimensions optimize work area and ergonomic height and curved design ensure easy sample loading and unloading and easy cleaning Outstanding Energy Efficiency Up to 40% energy consumption savings on industry standard protocols, such as standard blood separation or conical tubes processing Ventilated Model ST 16 Dimensions: 23.8L × 17.3W × 14.2 in.H [34.3 in.H open] (60.5 × 44 × 36cm [87cm open]) Net weight: 126.8 lb. (57.5kg) (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. (xiii) n/a. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contracting Officer, David W. Parente at david.parente@va.gov no later than 5:00 PM EST on May 17, 2021. All quotes/offers submitted must include the Solicitation# 36C24721Q0701 and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer, David W. Parente at david.parente@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). Questions regarding this solicitation shall be submitted no later than 3:00 PM EST on May 14, 2021, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted. (xvi) Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 7 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: David W. Parente Contracting Officer, NCO 7 David.parente@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8286c7fc9d16459cb9c64d4662bd3608/view)
- Place of Performance
- Address: Department of Veterans Affairs Ralph H. Johnson VA Medical Center 109 Bee St., Charleston, SC 29401, USA
- Zip Code: 29401
- Country: USA
- Zip Code: 29401
- Record
- SN06000066-F 20210514/210512230116 (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 |