MODIFICATION
65 -- Calvain EndoPen Bipolar Forceps
- Notice Date
- 6/10/2022 9:08:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24722Q0718
- Response Due
- 6/16/2022 9:00:00 AM
- Archive Date
- 08/15/2022
- Point of Contact
- Contract Specialist, Moses Deng, Phone: Ralph H. Johnson VA Medical Center, Fax: 109 Bee Street
- E-Mail Address
-
moses.deng2@va.gov
(moses.deng2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Office Address: NCO 7 Contracting Office Department of Veterans Affairs Ralph H. Johnson VA Medical Center 109 Bee St Charleston, SC 29403-5799 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 a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 dated May 26, 2022. This solicitation is 100% set-aside for SDVOSB. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetVipBiz 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112; Surgical and Medical Instrument Manufacturing with Small Business Size Standards of 1000 Employees. The FSC/PSC is 6515 The Department of Veterans Affairs Ralph H. Johnson VA Medical Center, 109 Bee Street Charleston, SC 29401 seeks interested sources to supply Calvain Endo-Pen Bipolar Forceps electrosurgical instruments designed to remove tissue and control bleeding as described on the attached PRICE/COST SCHEDULE. Instructions to quoters section of the solicitation: Offerors are asked to complete PRICE/COST SCHEDULE-Item Information for each requisite item in their response, and to include a Grand Total for all items. Thus, all interested companies shall provide quotations for the following Supplies: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ ENDO-PEN,2.5MM TIP,45 DEGREE MANUFACTURER PART NUMBER (MPN): 700950S LOCAL STOCK NUMBER: 700950S 0002 2.00 EA __________________ __________________ ENDO-PEN,.7MM TIP,15 DEGREE MANUFACTURER PART NUMBER (MPN): 700986S LOCAL STOCK NUMBER: 700986S 0003 2.00 EA __________________ __________________ ENDO-PEN,30CMX.7MM TIP,15DEGREE VERTICAL MANUFACTURER PART NUMBER (MPN): 700957S LOCAL STOCK NUMBER: 700957S 0004 2.00 EA __________________ __________________ ENDO-PEN,30CMX.7MM TIP,45 DEGREE MANUFACTURER PART NUMBER (MPN): 700989S LOCAL STOCK NUMBER: 700989S 0005 2.00 EA __________________ __________________ ENDO-PEN,30CMX1.2MM TIP,15 DEGREE MANUFACTURER PART NUMBER (MPN): 700987S LOCAL STOCK NUMBER: 700987S 0006 2.00 EA __________________ __________________ ENDO-PEN,30CMX1.2MM TIP,15 DEGREE VERTICAL MANUFACTURER PART NUMBER (MPN): 700958S LOCAL STOCK NUMBER: 700958S 0007 2.00 EA __________________ __________________ ENDO-PEN,30CMX1.2MM TIP,45 DEGREE MANUFACTURER PART NUMBER (MPN): 700990S LOCAL STOCK NUMBER: 700990S 0008 2.00 EA __________________ __________________ ENDO-PEN,30CMX2.5MM TIP,15 DEGREE VERTICAL MANUFACTURER PART NUMBER (MPN): 700952S LOCAL STOCK NUMBER: 700952S 0009 2.00 EA __________________ __________________ ENDO-PEN,30CMX2.5MM TIP,70 DEGREE MANUFACTURER PART NUMBER (MPN): 700954S LOCAL STOCK NUMBER: 700954S 0010 2.00 EA __________________ __________________ TRAY, INSTRUMENT ENO-PEN MANUFACTURER PART NUMBER (MPN): 701778-10 LOCAL STOCK NUMBER: 701778-10 GRAND TOTAL __________________ Period of Performance: The estimated Period of Performance is June 16, 2022 thru September 15, 2022. Place of Performance/Place of Delivery: The Department of Veterans Affairs Ralph H. Johnson VA Medical Center, 109 Bee Street Charleston, SC 29401. Evaluation Criteria 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: Price, and Technical or Quality. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. Technical or quality: Technical capability or quality of the item offered to meet the Government requirement. The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This procurement equipment is for NEW EQUIPMENT ONLY; no remanufactured or ""gray market"" items. All Equipment must be covered by the manufacturer's warranty. Gray market items are Original Equipment Manufacturers (OEM) 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. Vendor 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. 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 to 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. 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 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-18, 52.217-8, 52.217-9, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72 and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2022) The following subparagraphs of FAR 52.212-5 are applicable: The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, 52.209-6, 52.219-6, 52.219-27, 52.219-28, 52.219-28, 52.211-6, 52.222-3, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 2.222-42, 52.222-43, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 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. Quoters shall complete and sign the following certification, then submit with their quotes: VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see F(a)FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting Officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] qualifies as a manufacturer or nonmanufacturer as stated herein and that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting requirement specified in the resultant contract, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ________________________________________ Printed Title of Signee: _________________________________________ Signature: ___________________________________________________ Date: _____________________ Company Name and Address: ________________________________________ _________________________________________________________________ (END-OF-CLAUSE) All quoters shall submit the following: Submitted offers shall not exceed 25 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes shall be submitted via email ONLY to the Contract Specialist (CS), Moses Deng at moses.deng2@va.gov no later than 12:00 noon EST on June 16, 2022. All quotes/offers submitted must include the Solicitation# 36C24722Q0718 and Calvain EndoPen Bipolar Forceps in the subject line of the email. Hand deliveries or facsimile will not be accepted, telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail ONLY no later than June 14, 2022 at 12:00 noon (EST) to Moses Deng, Contract Specialist (CS) at moses.deng2@va.gov. No questions received after this date and time will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. Point of Contact: Moses Deng Contract Specialist, NCO 7/RPO East Contracting Office, Ralph H Johnson VA Medical Center Department of Veterans Affairs Charleston, SC 29403-5799 Moses.deng2@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9662f0be11c4bdfab1ee5f64954fbf7/view)
- Place of Performance
- Address: Department of Veterans Affairs Ralph H. Johnson VA Medical Center 109 Bee Street, Charleston, SC 29403-5799, USA
- Zip Code: 29403-5799
- Country: USA
- Zip Code: 29403-5799
- Record
- SN06354300-F 20220612/220610230100 (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 |