Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2024 SAM #8198
SOLICITATION NOTICE

44 -- InnoWave Unity Sonic Irrigator

Notice Date
5/6/2024 9:19:30 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
36C25024Q0621
 
Response Due
5/13/2024 1:00:00 PM
 
Archive Date
06/12/2024
 
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 Page 8 of 8 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 (36C25024Q0621). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04. 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 InnoWave Unity Sonic Irrigator. 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 2.00 EA InnoWave Unity 20 Sonic Irrigator 208V 60HZ Contract: GTIN: 00724995193737 GR LOCAL STOCK NUMBER: IW523546NPR 0002 2.00 EA Deinstall InnoWave Unity Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE1302021 0003 2.00 EA Install InnoWave Unity- Pricing Includes Evening/Weekend Installation Labor LOCAL STOCK NUMBER: SE130202 0004 2.00 EA 1st Year Preventive Care InnoWave Unity LOCAL STOCK NUMBER: SE1302010045 GRAND TOTAL: End of life Steris sonic unit EE62924 with two new INNOWAVET PCF SONIC IRRIGATOR's. These sonics will match the four new InnoWave Ultrasonic units. These replacement sonics need to fit into the current SPS footprint. Construction needed for larger units to modify workflow would negatively impact our decontamination area and decrease SPS efficiency. Stainless steel walls, placement of ultrasonic units and sinks would need to be moved and replumbed along with other utilities The Unit size of 34-1/2 x 44-7/32 - 58-21/32 x 26-11/32"" fits into pre-existing location without modifications. Our BioMed Engineering Technicians are trained to work on and are familiar with Steris equipment. These units will give us the capability to sonically clean Robotic instrumentation Needed for the Dayton VAMC Robotic assisted surgery program projected to start in FY24. With all things considered The INNOWAVET PCF SONIC IRRIGATOR are the only choice for the Dayton VAMC. EE62924 will be replaced with 2 new INNOWAVET PCF units. 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, May 13, 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/5706564e578c4bdfb1979c6edfffa6f7/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
SN07054348-F 20240508/240506230046 (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.