SOLICITATION NOTICE
65 -- Ergonomic Height Adjustable Sterile Processing & Wrap Inspec tion Workstation with Built in Table Top Illumination & Acce ssories
- Notice Date
- 1/18/2024 5:17:01 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25024Q0251
- Response Due
- 2/1/2024 3:00:00 PM
- Archive Date
- 04/01/2024
- Point of Contact
- Morgan Stein, Contract Specialist
- E-Mail Address
-
Morgan.Stein@va.gov
(Morgan.Stein@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 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 2024-02. This solicitation is set-aside for: Total SDVOSB Set Aside The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500. The FSC/PSC is 6515. The Cincinnati VA Medical Center s Sterile Processing Service (SPS) needs to updated their Sterile Processing & Wrap Inspection Workstations to meet ANSI/AAMI ST9.2010 and A1:2010 Guidelines. All interested companies shall provide quotations for the following: Supplies/Services Catalog No. Description Quantity Unit of Measure Unit Price Total Price PS-ERGTB-HA-7232 Ergonomic Height Adjustable Sterile Processing & Wrap Inspection Workstation with Built in Table Top Illumination & Accessories 8 EA Unpacking and Installation Shipping TOTAL Quoted Value (including below described) Specific Tasks: The contractor shall provide equipment with the above and below listed requirements: Workstation should include: 72 L x 32 W (at minimum) Non-porous material construction - durable, easy-to-clean surfaces Electronic, Pushbutton, Height Adjustability range of at minimum 24"" to 36"" Illumination light built into the tabletop surface for inspection of sterile instrument packs (woven and non-woven materials) for perforations / deformities / defects and quality, etc. Adjustable illumination Removable and replaceable illumination and cover Tabletop ruler etched into the surface of the table, at least 12 in length Tabletop scale with capability to weight up to at least 25lbs Slide / pull out scale or regular scale Digital readout of weights Pegboards adjustable with the table, standard pegs throughout To organize and store supplies such as filters, lint free towels, etc. Two-pronged hooks to hang brushes and other accessories on peg boards for organization Mounted rails. Durable (non-porous material), and capable of adequately accommodating accessories, and materials placed / stored on them, such as pouch rolls, baskets and their contents, etc. For shelf bins that allow flexible installation and management of bins on the pegboard To hang peel pouch rolls, stickers, and other sterilization materials for easy dispensing, refilling, and organization for rolls, labels, etc. Basket / bins with bin dividers for organization To be installed on Pegboards Front facing slanted Six (6) dividers each basket / bin One (1) Plastic Bin with (6) dividers One (1) Stainless steel wire basket with (6) dividers Magnifier light Task light Dimmable Hood lights Storage drawer for organization/storage to organize and keep packing accessories within reach Mounted Keyboard Arm built in flexibility for wrist, arm, and height adjustment; as well as for organizing keyboards, mouse, and handheld scanner Mounted Monitor Arm for organizing computer monitors Lockable wheel casters capable of supporting the workstation / desk, accessories, and equipment Accessories to organize cords for PC, Label Printer, Scanners, and printers Power Strip / Surge Protector, with at least 8 outlets to plug in PC, Scanners, Printers, Magnifying lights, and for wiring additional equipment Quoters shall list any exception(s), clearly explain, provide documentation to exhibit why the offer should be considered, and rationale for the exception(s), if any. Brand Name Or Equal (BNOE) offers: 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 item. 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. Equipment items, and related services will be delivered, as required, to: Cincinnati VA Medical Center 3200 Vine St., Cincinnati, OH 45220-2213 Period of Performance Delivery shall be provided no later than 30 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 VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION)) Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. 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: 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). 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 to the Government. Responses should contain your best terms and 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:"" If you have any questions, please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0251 - Ergonomic Height Adjustable Sterile Processing & Wrap Inspection Workstation with Built in Table Top Illumination as the subject line. Please have all questions in no later than January 26, 2024, at 12:00 PM NOON Eastern Time. After that time, a list of all questions received will be disseminated to all interested parties with applicable responses. This RFQ closes February 2, 2024, at 12:00 PM NOON Eastern Time. When submitting your proposal please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0251 - Ergonomic Height Adjustable Sterile Processing & Wrap Inspection Workstation with Built in Table Top Illumination as the subject line. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No phone calls please.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ac2bc8db56240fb85f446db04d63377/view)
- Place of Performance
- Address: Department of Veteran Affairs Cincinnati VA Medical Center 3200 Vine St., Cincinnati, OH 45220-2213, USA
- Zip Code: 45220-2213
- Country: USA
- Zip Code: 45220-2213
- Record
- SN06939204-F 20240120/240118230052 (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 |