Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOLICITATION NOTICE

65 -- EMPI NEW - Upright Freezer

Notice Date
4/11/2023 8:30:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123Q0547
 
Response Due
4/21/2023 2:00:00 PM
 
Archive Date
04/21/2023
 
Point of Contact
Richard Leisitko, Contracting Officer, Phone: 702-791-9000
 
E-Mail Address
richard.leistiko@va.gov
(richard.leistiko@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
2 Developed by Virtual Acquisition Office for federal government use and customization. 2 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL PRODUCTS AND SERVICES General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C26123Q0547 Posted Date: April 11, 2023 Original Response Date: April 21, 2023 Current Response Date: April 21, 2023 Product or Service Code: 6530 Hospital Furniture, Equipment, Utensils, and Supplies Set Aside: 100% Small Business set-aside NAICS Code: 337127 - Institutional Furniture Manufacturing Contracting Office Address NCO 21 Supply II 6900 N Pecos Rd North Las Vegas, NV 89086-4400 Description This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2023-02 (eff. 03/16/2023). The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 Institutional Furniture Manufacturing, with a small business size standard of 500 Employees. The product or service code is 6530 Hospital Furniture, Equipment, Utensils, and Supplies. The Government will award a firm-fixed price (FFP), Purchase Order contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government (as determined by the solicitation evaluation criteria). The San Francisco VA Medical Center 4150 Clement St, San Francisco, CA 94121-1563 is seeking to purchase Upright Freezers. All interested companies must provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Thermo Scientific TSX Upright Ultra-Low Freezer - 600 box capacity LOCAL STOCK NUMBER: MISC-EQUP-STDP 3 EA $ Services Brand Name Item or Equal: Thermo Scientific TSX Upright Ultra-Low Freezer 600 box capacity Essential/significant physical, functional, or performance characteristics. Dimensions 37.8 x 39.6 x 78 in (28.8 cu. ft.) Weight 790 lbs Industry Standard Purpose Serve as backup freezer for the Research Service in emergency situations for temporary storage of critical specimens and reagents. Complete generic identification Module Description (Specification) Qty Ultra-Low Freezer at -80°C Ultra-Low freezer 600 2-inch box capacity Store up to 60,000 2 ml-vials User interface to include alerts for warm and cold alarm User interface with real-time operating temperature, door openings, and power failure User interface to allow adjustment of operating and alarm set points Temperature automatically recorded for user queries Option for LN2 and CO2 back-up system Door handle with door key lock and pad lock provision Polystyrene insulated inner doors with no latches or external magnets Vacuum insulation panels with high-density water-blown polyurethane foam Door seal to have silicone-based gasket with electrical door perimeter heater All direction casters with locks Capability to be cloud connected for remote monitoring Two 1-inch access ports Electrical power to be 115V, 60 Hz 3 3) Manufacturer name Thermo Scientific Delivery shall be provided no later than 120 days after receipt of order/award of contract. Delivery will be FOB Destination. The contractor must deliver line item 1 to Judy Shigenaga c/O San Francisco VA Medical Center 4150 Clement St, San Francisco, CA 94121-1563. Place of Performance Address: San Francisco VA Medical Center 4150 Clement St, San Francisco, CA Postal Code: 94121-1563 Country: UNITED STATES Award will be made to the quoter whose quotation offers the best value to the government, considering technical capability, and price. The government will evaluate information based on the following evaluation criteria: 1) technical capability factor meeting or exceeding the requirement, 2) price.   The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services MAR 2023 Offerors are to email complete offers to richard.leistiko@va.gov Offers must be received no later than 2:00pm PST Monday, April 21, 2023. Please include in the subject line: Solicitation 36C26123Q0547, Upright Freezers FAR 52.212-2, Evaluation Commercial Products and Commercial Services NOV 2021 1) technical capability factor meeting or exceeding the requirement 2) price FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services DEC 2022 Offerors must complete annual representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.212-3. If paragraph (b)(2) 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 Products and Commercial Services DEC 2022 Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018): 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.211-6, Brand Name or Equal (Aug 1999) 52.214-21, Descriptive Literature (Apr 2002) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70, Commercial Advertising. The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. 852.212-72 Gray Market and Counterfeit Items (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions 852.232-72, Electronic Submission of Payment Requests (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. 852.246-71, Rejected Goods. (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products (End of addendum to 52.212-4) (Endo of Clause 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services MAR 2023 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (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 (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End Clause 52.212-5) All quoters must submit the following: 1 copy of quote, and Letter of Authorization to Distribute from the Original Equipment Manufacturer. All quotations must be sent to the Contracting Officer: Richard Leistiko richard.leistiko@va.gov This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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 with the exception, deletion, or addition of the following: Quoter must list exception(s) and rationale for the exception(s). Quotations that reject the terms and conditions of the solicitation may be excluded from consideration. Submission must be received not later than April 21 @ 2PM PST richard.leistiko@va.gov. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY email quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, Richard Leistiko @ richard.leistiko@va.gov. Point of Contact Richard Leistiko richard.leistiko@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/664e02d9e41b48ff947098bbf71f9814/view)
 
Place of Performance
Address: San Francisco VAMC Research 4150 Clement St, San Francisco 94121
Zip Code: 94121
 
Record
SN06647274-F 20230413/230411230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.