SOLICITATION NOTICE
65 -- SMR MAXI Cabinet
- Notice Date
- 5/20/2024 1:46:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0567
- Response Due
- 5/21/2024 10:00:00 AM
- Archive Date
- 06/05/2024
- Point of Contact
- Maureen Sundstrom, Contract Specialist
- E-Mail Address
-
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 9 of 9 The below requirement, and RFQ 36C26024Q0567, for Boyd SMR Maxi Cabinets is hereby cancelled. The Government s requirement has been redefined. If the Government resolicits this requirements, it will be posted on SAM.gov or GSA eBuy. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, 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 is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26024Q0567. The Government anticipates awarding a firm-fixed price supply order from this solicitation. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. See Required Documents/Information below for Statement of Compliance for Nonmanufacturers. This is a solicitation for SMR Maxi Cabinets. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04 Effective May 01, 2024. This solicitation is 100% set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees, and the PSC is 6515. To qualify as a nonmanufacturer the business concern must not exceed 500 employees. All interested companies shall provide quotations that are Brand Name or Equal To for the following: Equipment Needed: QUANTITY MANUFACTURER PART # DESCRIPTION PRICE 6 420-2010 SMR Maxi Cabinet: Stainless Steel, Tall with pump and suction unit Shelves in place of trash can 6 65-5053 Maxi Cabinet Top: Stainless Steel, Solid with recharger tray recess Hose location pressure Right, Vacuum Right Power 115vAC 6 S 740284 Maxi Tray (for used/dirty instruments) 12 123-009-009 Drawer Insert: Maxi Cabinet, 6 Section 6 S 740277 Bracket: Maxi Cabinet, Side Mount, Heine NT Charger 12 S H20004 Otoscope Handle: Heine, Rechargeable, Beta4 (battery included) 6 S WA20200 Otoscope Head: W/A, Halogen, Pneumatic 6 S WA41100 Trans-Illuminator: W/A, Halogen, Finnoff 6 S 740600C Suction Canister: Non-Disposable, 1000cc 6 S A163 Atomizer: Glass, 1.4oz, Clear 6 S A286 Atomizer: Glass, 1.0oz, Amber 6 S 3312 Jar: Cotton/Ointment 6 S A177 Irrigation Syringe: Glass, 6.0oz, Clear TOTAL Salient Characteristics: Electroretinogram For ENT Application ENT Cabinet for storage of medical devices, suction machine, and consumable Must meet all required federal mandates for medical use Must be able to use and house existing disposables without any additional accessories. Consumables include: Suction Tubing Cardinal Health REF-N610 1200cc Suction Canister Bemis REF-484410 Inline Filter (NEED PN) Must have recessed dirty instrument tray (basin) on the main counter surface. This basin must have dimensions 12 x 8 +/- 1 and be stainless steel. Dimensions shall not exceed the following (+/- 1 ): Height:59.5 Working Height 43.75 Width: 37.75 Depth 17.25 All surfaces shall be stainless steel Must have internal shelving covered by door. Must have four casters on each corner of the unit. At least one of these shall be a locking caster Must have foot switch for control of suction and pressure Must have Halogen or LED lighting. Must have side mounted Welch Allyn instrument charging to charge instruments on right hand side Instruments to include: Pneumatic (S WA20200) and Finnoff (S WA41100) Vacuum and pressure hoses on right side of the cabinet. One manual on/off switch for suction/pressure on the front of the unit for ease of access Drawers shall have plastic trays The following glassware with customizable hole placement shall be included: Clear Atomizer Amber Atomizer Cotton Jar Irrigation Syringe Layout of holes shall be customizable and determined by provider Utilize 110/120V 50-60hz for power source Delivery FOB Destination is preferred, 30-60 days after receipt of order. All deliveries will be coordinated with the Portland VA Medical Center Point of Contact. Place of Delivery: Department of Veterans Affairs Portland VA Health Care System 3710 SW US Veterans Hospital Rd Portland, OR 97239 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.233-2 Service of Protest (SEPT 2006) 52.252-1 Provisions Incorporated by Reference (FEB 1998) VAAR Provisions: 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), 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 software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation-Commercial Items : The Government may 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. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Price (a) 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 offeror'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. FAR 52.213-3 Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 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. All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification Veteran Small Business Certification (sba.gov). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-33 Nonmanufacture Rule (SEP 2021) 52.222-19 Child Labor Cooperation with Authorities and Remedies (DEC 2022) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items (NOV 2018) 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-71 Delivery Location (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAR 2023) The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.204-10 52.204-27 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) 52.219-28 52.219-27 Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2)) Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) 52.222-3 52.222-19 Convict Labor (JUN 2003) (E.O. 11755) Child Labor Cooperation with Authorities and Remedies (NOV 2023) (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 (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (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 2018) (31 U.S.C. 3332) All quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 10:00 AM PST on 05/21/2024. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation may be considered non-responsive. Required Supporting Documentation and Information: Buy American Certificate Authorized Distributor Letter if not the manufacturer Certification that equipment meets/exceeds the salient characteristics of the desired brand above Delivery date Statement indicating whether your business complies with the following: Nonmanufacturers: (1) A firm may qualify as a small business concern for a requirement to provide manufactured products or other supply items as a nonmanufacturer if it: (i) Does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS Code 541519, which is found at ยง 121.201, footnote 18); (ii) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; (iii) Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and (iv) Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) of this section. The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. A.1 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. (b) Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/009391e677ea45afad03d66afaf62a22/view)
- Record
- SN07070624-F 20240522/240520230055 (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 |