SOLICITATION NOTICE
J -- Biosafety Cabinet and Hood Certification Services
- Notice Date
- 11/16/2022 2:18:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E23Q0026
- Response Due
- 11/23/2022 8:59:00 AM
- Archive Date
- 01/22/2023
- Point of Contact
- Ms. Millicent Covert, Contracting Officer, Phone: (412) 822-3488
- E-Mail Address
-
millicent.covert@va.go
(millicent.covert@va.go)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 5 of 5 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 5 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This is a Request for Quote (RFQ) and the solicitation number is 36C24E23Q0026. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Regional Procurement Office (RPO) - East is seeking sources that can provide certification services for BioSafety Cabinets, Chemical Fume and Laminar Flow Hoods for the Research Department of the VA Salt Lake City Healthcare System. An Indefinite Delivery/Indefinite Quantity Requirements contract will be awarded for the purchase of these services in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required services. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required services to the specifications listed in Section 1.2 below. 1.2 REQUIRED SERVICES & SPECIFICATIONS Requirement is for annual maintenance on approximately 80 biosafety cabinets, chemical fume hoods, and Laminar flow hoods in Research Department (to include a Veterinary Medical Unit) for Base Year plus four (4) optional periods. a. Interested parties shall meet the following criteria: i. Vendor must be certified to perform testing and certification on biosafety cabinets used for VA research, ranging from 4 to 6 feet in width. ii. Vendor must be certified to perform testing and certification on chemical fume hoods used for VA research, ranging from 4 to 6 feet in width. iii. Vendor must be certified to perform testing and certification on Laminar Flow Hoods used for VA research, ranging from 3 to 4 feet in width. iv. Vendor must keep track of equipment by serial number (or other suitable method) to ensure cabinets/hoods are serviced before expiration dates and provide reports upon request of status. v. Vendor needs to have capability to perform minor repairs or further maintenance if a cabinet/hood does not meet certification standards upon initial testing or describe the problem so a qualified technician can perform the repairs. b. Certification shall be completed within NSF 49 standards. CETA accreditation not necessary (no pharmacy or related clean rooms within Research Department). c. All units shall be tested and certified in one visit; however, if any hoods fail, secondary and follow up visit after repairs are made will be necessary. i. In the event of certification failure of any BSC or Fume hood, additional quote shall be provided and reviewed by the Contracting Officer Representative (COR). Costs for shall be invoiced for the individual unit(s). d. Additional information: i. All Fume Hood have Air Flow Velocity Meters install. Some are OEM to the hood, others are after-market installation. All meters will need to be verified and calibrated as needed, to accurately show the operation of the Fume Hood. ii. The contractor will not be required to go up on the roofs of any buildings. Any inoperably blower motor/fan, located on the roof, or repairs relating to the Fume Hoods (i.e.: burnt out motor, broken belts, etc.) will be performed by VA maintenance staff. Contractor, however, would be required to verify the proper operation of the hood after repairs have been made. iii. All BioSafety Cabinets that are being turned-In, whether surplus to the needs of the service or FWT, will need to be decontaminated on an as needed basis. e. Inventory: The evaluation of quotes and the determination shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance Past Performance will be based on the most current CPARS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E23Q0026 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by closing, no later than 11:59 AM EST, Wednesday, November 23, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4df8e6b42e6a4d00b9ed66a175f84a44/view)
- Place of Performance
- Address: VA Salt Lake Health Care System 500 Foothill Blvd, Salt Lake City 84148
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN06519229-F 20221118/221116230102 (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 |