SOLICITATION NOTICE
44 -- Steam Sterilizers
- Notice Date
- 3/22/2024 11:01:23 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
- 36C25024Q0463
- Response Due
- 3/29/2024 1:00:00 PM
- Archive Date
- 04/28/2024
- Point of Contact
- John Tschirhart, Contract Specialist, Phone: 937-267-3952
- E-Mail Address
-
john.tschirhart@va.gov
(john.tschirhart@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 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 (36C25024Q0463). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03. This solicitation is set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Surgical Appliance and Supplies Manufacturing with a small business size standard of 800. The FSC/PSC is 4460. The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 is seeking to purchase Steris Steam Sterilizer. All interested companies shall provide quotations for the following brand name or equal: Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA DBUNSOLD1542288V AMSCOr 400 Small Steam Sterilizers 20"" x 20"" x 38"" Single Door Integral Steam Generator Standard configuration with a Venturi - single phase power only 480V LOCAL STOCK NUMBER: SR3201110311 0002 1.00 EA Deinstallation - Small Sterilizers Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE6018421 0003 1.00 EA Disposal of Sterilizers and Generators Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE6045100071 0004 1.00 EA Install Small Sterilizer Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE011062 0005 1.00 EA 1st Year Preventive Care Connect Amsco 400 Small Electric LOCAL STOCK NUMBER: SE011021 0006 1.00 EA Amsco 400 Series 20 X 20 X 38 Rack & Two Shelves, Single Door LOCAL STOCK NUMBER: FV021011 0007 1.00 EA Install Cabinet Pkg on the unit Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE000008 0008 1.00 EA Installation State Permit (Boilers) in OH Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE000001A End of life cycle replacement of current AMSCOr 400 Small Steam sterilizer. This sterilizer will replace our current AMSCOr 400 only with a larger chamber 20 x 20 x 38"" (508 x 508 x 965 mm). than the current unit. With the larger chamber this unit will also eliminate the need for two IUSS sterilizers currently used in Surgery. This unit will have its own steam generator and will connect to our RO/DI system like our AMSCO 600 units being installed in FY23. SPS will do all IUSS sterilization in our SPS Prep area eliminating the need to do daily Bowie-dick and Biological testing on each surgical unit. The consumables utilized for the AMSCOr 400 are what we currently have in the system for the current unit and some are interchangeable with our Steris Cart washers, Instrument washers and AMSCO 600 Steam Sterilizers. Our BioMed Engineering Technicians are trained to work on and are familiar with Steris equipment. Delivery Instructions: All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. The type of delivery order will be specified when the order is placed. Delivery shall be FBO destination provided 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428 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 (SEP 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2024) 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 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (FEB 2024) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Nov 2021) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) 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 award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. 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 Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 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: 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. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The award will be made to the response most advantageous 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 4:00pm local time, March 29, 2024, at john.tschirhart@va.gov 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 listed below. Point of Contact John Tschirhart Contract Specialist Network Contract Office (NCO) 10 Office: 937-267-3952 Email: john.tschirhart@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c44f42d048a4fd8b88fde1020fbd411/view)
- Place of Performance
- Address: Department of Veterans Affairs Dayton VA Medical Center 4100 West Third Street, Dayton, OH 45428, USA
- Zip Code: 45428
- Country: USA
- Record
- SN07006609-F 20240324/240322230052 (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 |