SOLICITATION NOTICE
65 -- GETINGE 733 HC-E STEAM STERILIZERS "" BRAND NAME ONLY"" MARTINSBURG VA MEDICAL CENTER , WV 25405
- Notice Date
- 1/27/2022 6:17:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0273
- Response Due
- 1/31/2022 9:00:00 AM
- Archive Date
- 03/02/2022
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24522Q0273 Posted Date: Thursday, January 27, 2022 Response Date: Monday, January 31, 2022 Product or Service Code: 6515 Set Aside: Service-Disabled Veteran Owned Small Business (SDVOSB) NAICS Code: 339112, Surgical and Medical Instrument Manufacturing Contracting Office Address The Department of Veterans Affairs Network Contracting Office 5 510 Butler Avenue Martinsburg, WV 25405 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; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing, with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award. The Department of Veterans Affairs, Network Contracting Office 5, 510 Butler Avenue, Martinsburg, WV 25405 is soliciting quotations from SDVOSBs to provide Getinge 700 HC-E Steam Sterilizers at the VISN05 facility listed below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies shall provide quotation(s) for the following: (See Attachment 1). STATEMENT OF WORK Veterans Integrated Service Network -05 (VISN05) Martinsburg VA Medical Center 510 Butler Avenue Martinsburg, WV 25405 Introduction: This Statement of Work (SOW) is a document that describes the scope of work required to remove and dispose of two Getinge Model 733HC Steam Sterilizers and install two new Getinge Model 733HC-E Steam Sterilizers in the existing footprint. Steam sterilizers CHAMBER DIMENSIONS are 26.5"" (672mm) wide x 61"" (1550mm) high 33.7 Cu ft., single door, including four (4) load carts 700-Series Prevac/Gravity 61"" Load Car - Wire Rack, with 3 shelves, four (4) 700-Series Prevac/Gravity 61"" Transfer Carriages with fixed height. Must be capable of the following cycle progression: Gravity/Wrapped Goods (pressure pulse preconditioning) Conditioning steam flows into the chamber for a timed period, followed by a series of positive pressure pulses to remove chamber air. Heat-Up to selected temperature. Exposure selected chamber temperature is attained and timed. Exhaust chamber vented to atmospheric pressure. Dry filtered air is drawn through chamber for the duration of time selected (either Gravity or Vacuum Dry is selectable, Vacuum Dry is recommended). Cycle Complete signaled by a tone, display message and light. Prevac/Wrapped Goods (Vacuum/Pressure Pulsing Preconditioning) Conditioning steam flows into the chamber for a time period, followed by a series of pressure/vacuum pulses to remove chamber air. Heat up to selected temperature. Exposure selected chamber temperature is attained and timed. Exhaust chamber vented to below atmospheric pressure. Dry a vacuum is created for the duration of the time selected, filtered air is admitted at the end of the drying time, chamber to atmospheric pressure. Cycle Complete signaled by a tone, light and display message. Gravity/Unwrapped Goods (3 minutes for nonporous items) Conditioning steam flows into chamber for a timed period to remove air. Heat-Up to selected temperature. Exposure selected chamber temperature is attained and timed. Exhaust Chamber vented to atmospheric pressure. Dry filtered air is drawn through chamber for the duration of time selected. Cycle Complete signaled by a tone, light and display message. Must Include: The ejector, SD, Rec with load car tracks with 2 load care shelves, wire rack style with 3 shelf layers, 2 loading trolleys/transfer carriage with a fixed height, A steam conditioning upgrade package must be included: filter housing with trap for all steam sterilizers with 1 NPT or smaller steam supply lines, A steam separator kit, 6/7/800 A MP129F-WS4/5/6/700 water saver 120V and package upgrade115V for current model 400/500/600/700 series steam sterilizers Installation of new and removal of old sterilizer with disposal and must be available on weekends or after hours The sterilizers must be compatible with the current available space in the SPS department and must be able to use the same consumables as the other 3 steam sterilizers in the department. Getinge to complete pre-installation walk through and discuss this SOW with facilities and Sterile Processing management. Getinge to coordinate and schedule equipment delivery so that it does not interfere with loading dock operations. Getinge to uncrate and dispose of all shipping materials in VAMC provided dumpster. Getinge to ensure all door openings, hallways, and areas en-route from receiving area/loading dock to installation site are clear and will accept equipment without dismantling equipment or removing/modifying any door frames, ceilings, cabinets or other facility structures. Meet and coordinate with Facility Management and Sterile Processing prior to any requested utilities shutoff. Following Facility Management and Sterile Processing approval - Lock-out / tag-out any utility s shutoff in compliance with applicable local/state/federal codes. Getinge will be performing all utilities disconnection from the two existing 733 steam sterilizers power, steam, water, waste-drain, floor/wall mounting, compressed air, and render these utilities in a safe standby condition. Getinge is to remove the two existing sterilizers from the hospital facility and transport off-campus for disposal: Getinge to de-install / disconnect all utilities from these sterilizers, de-mount the sterilizers and make them ready for Getinge to move them to the loading dock area. Before Getinge moves the outgoing sterilizers from SPS to the loading dock, the contractor is to wipe down all equipment to prevent airborne dust, which can be detrimental to patients and create scattering dust/debris throughout the VAMC. Getinge must use carts/dollies that will not damage by marring/scratching/marking any flooring tiles/carpet/VCT. Getinge is responsible to coordinate with VAMC Logistics if warehouse temporary storage is requested before Getinge transports these two sterilizers off-campus for disposal. Getinge will install the two new steam sterilizers in the existing footprint and wall openings. No wall work or structural work required for this project. Getinge will set, level, and connect the steam sterilizer to existing utilities: power, steam, water, waste-drain, floor/wall mounting, compressed air. Getinge will complete all required validations and operational checks in accordance with the Getinge Installation Checklist. The Checklist will be provided to the VMAC upon completion of the installation along with all closeout documents. Getinge will supply a copy of the User Manual and Quick Reference poster with each steam sterilizer. Getinge to install custom software to provide additional Pre-Vac Cycles for the SPS Staff to accommodate multiple IFUs. Getinge to coordinate with SPS leadership and program the requested cycles on the steam sterilizers. Getinge to provide In-Service training on the new equipment for SPS staff VAMC Responsibilities: VAMC will provide after-hours/weekend access to the SPS department to accommodate the installation VAMC will provide after-hours/weekend access to the Hospital to accommodate the installation VAMC will provide a dumpster to dispose of shipping materials VAMC will provide facility support in the event that troubleshooting, or repairs are required to VAMC provided utilities. VAMC to provide free and clear access to the loading dock area to accommodate unloading and uncrating of the new Getinge equipment. VAMC to provide all utilities that meet OEM specifications as outlined in the 733-equipment cut sheet VAMC to furnish and install shutoff valves below ceiling within easy reach and within sight for emergency or service shutdowns as specified in Seller equipment drawings and in accordance with local/state/federal codes VAMC to provide all infection control measures and ICRA barriers as required. VAMC will provide an asset release form if necessary, to remove the existing steam sterilizer from the building for disposal Place of Performance: VISN05 Medical Center. Martinsburg VA Medical Center 510 Butler Avenue Martinsburg, WV, 25405 Hours of Operation: The Martinsburg VAMC requires the contractor to deliver within 120 days from the contract award to the VA medical facility warehouse above during normal business hours from 8:00AM to 3:30PM. (EST), Monday through Friday. Government Responsibilities: No Government Furnished Property (GFP) will be provided. The Government will provide access to areas and an escort when required by participating Medical Center policy. The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums The Government will unilaterally award Task Orders to fund the required services for each facility. The Contract Specialist for this contract will be: Mohsin Abbas 202-745-8000 X54945 Mohsin.Abbas2@va.gov. The Government Point of Contact for this Requirements will be: VPOC: Lydia Byers Phone: 304-263-0811 Ext: 3208 Email: Lydia.Byers@va.gov. The VAPOC for this Task Orders will be: Medical Center Name Telephone Email Huntington VAMC Lydia Byers 304-263-0811 x3208 Lydia.Byers@va.gov Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table Attachment 2: Statement of Work Attachment 3: Gray Market Prevention Language Attachment 4: Solicitation Clauses and Provisions Attachment 5: Signed J & A - Brand Name Only E. Price Schedule: The contractor must provide a price quote for each CLIN delineated in Attachment 1 to be considered for award. Must provide the authorized distributor letter if you are not the manufacturer. See Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table F. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price Only & Brand Name Only Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items . Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a product that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. G. Clauses and Provisions: The clauses and provisions for this solicitation are found in Attachment 4: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation. See Attachment 4: Solicitation Clauses and Provisions The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp. This is an open-market combined synopsis/solicitation for supplies as defined herein. The government intends to award firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. 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:"" Offeror shall list exception(s) and rationale for the exception(s). All quotations shall be sent via email to Mohsin Abbas, Contract Specialist, Mohsin.Abbas2 @va.gov . Submission shall be received no later than 12:00PM EST on January 31, 2022. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Mohsin Abbas, Mohsin.Abbas2@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/506a0fb6246446d6b400055f849a7c5e/view)
- Place of Performance
- Address: Martinsburg VA Medical Center 510 Butler Avenue Martinsburg, WV 25405 25405, USA
- Zip Code: 25405
- Country: USA
- Zip Code: 25405
- Record
- SN06226744-F 20220129/220127230114 (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 |