SOLICITATION NOTICE
65 -- AMSCO 7052 Washer/Disinfector
- Notice Date
- 7/21/2023 5:41:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25023Q0904
- Response Due
- 7/18/2023 9:00:00 AM
- Archive Date
- 09/16/2023
- Point of Contact
- Morgan Stein, Contract Specialist
- E-Mail Address
-
Morgan.Stein@va.gov
(Morgan.Stein@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for: Total Small Business Set-Aside The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800. The FSC/PSC is 6530. The Veteran s Administration Indianapolis Medical Center has a requirement for replacement upgrade of existing AMSCO Sterilizing Equipment in the Sterile Processing Service to support technology upgrade and workload expansion at its Roudebush VA Medical Center campus. All interested companies shall provide quotations for the following: Supplies/Services Equipment # Description Quantity Price FH18042 AMSCO 7052HP, 460-480V, 3 Ph, 60 Hz, Steam heated 4 FD012 Thermal Printer 4 FD74900 3 Level Manifold Rack 8 FD088 Installation Kit, Flexible hoses for utilities (for Steam unit) 4 FD353 Condensate return to drain 4 FD256 Robotic Assisted Surgery (RAS) 12 Rack (For AMSCO 7052HP Only) 2 FD000057 Robotic Assisted Surgery (RAS) Cycle for AMSCO 7000HP Washers (Factory installed) 4 FD71500 Bar Code Tags - Instruments (00) Package of10 1 FD71200 Bar Code Tags (Cycle 8) Package of 10 1 FD209 Auto Docking Transfer Cart Adapter for 7052/7053 Washers 10 FD199 Auto Docking Transfer Cart for Standard Chamber Washer. Adapter for Washer or SCS required (FD209) 8 FD77900 M.I.S. RACK S/S (VISION) 2 Install AMSCO 7052HP 4 Deinstall AMSCO 7052HP 4 Disposal of Washer 4 Deinstall ATS/SCS Conveyor (Per Module) 16 Pressure Release Button for Vision SC 8 Install SCS Conveyor 4 Modules 4 1st Year Preventive Care SCS Conveyor (1 Module) 4 ConnectAssure Technology Networking Service Kit for Capital Equipment, includes Parts and Labor 4 ConnectAssure Technology Annual Subscription Enables Data Export from Capital Equipment 4 Brand Name Or Equal (BNOE) offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed items and related services, and will not require adjustment of current plumbing or electrical in place. Alternate submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or ""gray market"" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Statement of Work Introduction Roudebush VA Medical Center has a requirement for replacement upgrade of existing AMSCO Sterilizing Equipment in the Sterile Processing Service to support technology upgrade and workload expansion at its Roudebush VA Medical Center Campus. Background Requirement has been approved to upgrade sterilizers that are approaching end of life cycle and to expand workload. All upgraded equipment must be fully compatible with existing VA systems. After installation is complete, Contractor will: Conduct In-service for all three SPS shifts / AMSCO 7052HP Washer/ Disinfector Ensure every SPS employee completes training on AMSCO 7052HP Washer/ Disinfector by signing the training sheet Conducts additional in-service training for employees absent during initial training Review manufacture IFUs with all SPS employees Provides instruction on proper procedures to clean and maintenance AMSCO 7052HP Washer/ Disinfector. Review Troubleshooting and most common mistakes made Provides guidance on proper handling on AMSCO 7052HP Washer/ Disinfector when not in use. Project Completion Will be Determined Successful When: All equipment is installed and is operational during in-service Representative has adequately trained to the stakeholder s expectations Product has been implemented into procedures and used daily for one month without equipment issues. Other Requirements: Installation includes all necessary labor and materials required to uncrate, set-in-place and assemble STERIS equipment, during normal working hours, Monday Friday 8 am -5 pm, no work is to be done on Federal Holidays. Also included with Installation Services is an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. Equipment items, and related services will be delivered, as required, to: Richard L. Roudebush VA Medical Center 1481 W. 10th Street, Indianapolis, IN 46202 Period of Performance Delivery shall be provided no later than 60 days after receipt of order (ARO). FOB: Destination. 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 Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). All quotes shall be sent to the Contracting Specialist, Morgan Stein at Morgan.Stein@va.gov 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 (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions. 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:"" Submission of your response shall be received not later than 12:00 PM NOON EDT ON July 27, 2023. No phone calls please. Quoters shall list exception(s) and rationale for the exception(s), if any. 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 to the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, Morgan.Stein@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3dcdc1ee45734872a3028aa7c820656a/view)
- Place of Performance
- Address: Department of Veteran Affairs Roudebush Medical Center 1481 West 10th St., Indianapolis, IN 46202-2803, USA
- Zip Code: 46202-2803
- Country: USA
- Zip Code: 46202-2803
- Record
- SN06759320-F 20230723/230721230048 (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 |