Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2024 SAM #8220
SOLICITATION NOTICE

65 -- Supply, Sterile Storage SPS, Cinci

Notice Date
5/28/2024 12:25:03 PM
 
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
36C25024Q0689
 
Response Due
6/7/2024 9:00:00 AM
 
Archive Date
07/07/2024
 
Point of Contact
Alice Clark, Contract Specialist, Phone: 765-677-6112
 
E-Mail Address
alice.clark@va.gov
(alice.clark@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2023-02 (February 14, 2023). This solicitation is for a firm fixed price: Total Set-Aside SD/VOSB, Aesculap brand name or equal universal sterilization containers, baskets, and accessories for the Sterile Processing Service (SPS). The award will be to a single offeror (all-or-none/group basis). The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees. The FSC/PSC is 6530. The Cincinnati Veteran Affairs Medical Center, 3200 Vine Street, Cincinnati, OH 45220 is seeking to purchase brand name or like Aesculap containers, baskets, and accessories. All commodities are itemized in detail in the below chart. All interested companies shall provide quotations for the following list of items: (Note: freight not to exceed $250 for the entire order. If needed, include any additional cost of freight with your pricing.) STATEMENT OF WORK The Cincinnati VA Medical Center is requesting a brand name or equal Aesculap containers, baskets, and accessories. The universal sterilization containers must be reusable rigid containers used for the packaging, transportation, and storage of instruments prior to, during, and after sterilization. The operating room requires additional sterile containers that will extend the life of the instruments by securing and keeping them organized, thereby reducing damage during processing and transport. The containers must allow staff to quickly identify and select correct instruments reducing surgical case time and allowing the biohazard containers to be transported to SPS for decontamination processing. Please provide details of Warranty Terms and Conditions. Delivery: Delivery shall be provided FOB Destination. ITEM DESCRIPTION QTY UOM UNIT EXTENDED         PRICE PRICE JF285R TRAY WITH LID 274X172X60MM 40 PC     MD151 DENTAL CONT.LID W/HANGER ANODIZED SILVER 40 PC     JN341 BOTTOM F/1/2 CONT.PERFORAT.HEIGHT:120MM 10 PC     JK341 BOTTOM FOR 1/2 CONTAINER HEIGHT:120MM 10 PC     JN340 HALF SIZE RIGID CONTRAINER WITH PERFORATED BOTTOM FOR SINGLE LEVEL 20 EA     JK340 HALF SIZE RIGID CONTAINER FOR SINGLE LEVEL 298.45x 285.75x 107.95MM 20 EA     JK389 1/2-SIZE LID W/RETENTION PLATE SILVER 50 PC     ME150 FULL SIZE MULTI-KEYHOLE BRACKET 3 PC     JF150R MICRO-INST BASKET W/LID 235X137X42MM 1 PC     JF149R MINI-HALF WIRE BASKET WITH LID 1 PC     JF945 SILICON MAT FOR 1/2 BASKET 30 EA     JF947 SILICONE CUSHIONING PAD 3/4 SIZE 35 PC       WARRANTY TERMS AND CONDITIONS         Salient Characteristics Containers must be able to be used with PreVac Steam Sterilization Containers should be rigid, made of anodized aluminum (or resistant to corrosion) and categorized by the FDA as a class 2 device Requires a lid with a filter The container bottom should not have any protruding feet to catch on shelving. It should have an elevated area to support basket contents well above container bottom. Handles should have a 90-degree stop to avoid pinching, one-piece design for durability and centered for even weight distribution. The latch should be singe-step open and close, one-piece construction, centrally located for balance and control and with an audible click. Not protruding when placed in processor. Retention plates and silicone gaskets should be one-piece, one-step operation that allows for a quick filter change. It should have an audible click to ensure proper closure as well as a dual safety release button for prevention of accidental release. It should have a filter post and silicone gasket to assure proper filter placement and a complete seal between filter and lid. The lid should be a one-piece construction for easier maintenance and lower repair cost. 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 (SEPT 2023) FAR 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (NOV 2021) FAR 52.204-29 Federal Acquisition Supply Chain security Act Orders Representation And Disclosures (DEC 2023) FAR 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2023) FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2 Evaluation Commercial Products And Commercial Services (NOV 2021) FAR 52.212-3 Offeror Representation And Certifications Commercial Products And Commercial Services (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. www.sam.gov registration is required to be complete at time of submission of quote. FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.225-2 Buy American Certificate (OCT 2022) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.247-73 Packing For Domestic Shipment (Oct 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) End of addendum to 52.212-4 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (NOV 2023) FAR 52.211-6 Brand Name of Equal (AUG 1999) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.272-70 Late Offers (NOV 2021) 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. Responses should contain your best terms, conditions. Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00 PM EST ON JUNE 7, 2024 along with your Certificate of Compliance for Supplies and Products in accordance with VAAR 852.219-76, country of origin along with quote to be considered for evaluation Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail by 12 PM EST on June 4, 2024, to the Point of Contact for this solicitation; Alice Clark, Contracting Specialist, NCO10 Contracting, alice.clark@va.gov. No phone calls will be accepted during this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18c85e0b030041cc86e55afee1c21513/view)
 
Place of Performance
Address: Department of Veteran Affairs Cincinnati VA Medical Center ATTN: EMS 3200 Vine Street, Cincinnati, OH 45220, USA
Zip Code: 45220
Country: USA
 
Record
SN07078513-F 20240530/240529051358 (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.