Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2025 SAM #8539
SOLICITATION NOTICE

65 -- STERIS RELIANCE 6500 Endoscope Cabinets

Notice Date
4/11/2025 7:55:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0335
 
Response Due
4/18/2025 7:00:00 AM
 
Archive Date
06/02/2025
 
Point of Contact
Divianna Mathurin, Contract Specialist, Phone: 914-325-3258
 
E-Mail Address
divianna.mathurin@va.gov
(divianna.mathurin@va.gov)
 
Awardee
null
 
Description
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 products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 FAC 2025-03. This solicitation is set-aside for Full and Open Competition The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 Employees. The FSC/PSC is 6530. This is a brand name only requirement OEM STERIS, (UEI: UGGQJGGH6846) 5960 HEISLEY ROAD MENTOR, OH 44060. The Contracting Activity is looking to acquire, delivery, installation, accessories and 1-Year Warranty for (3) RELIANCE 6500 Endoscope Drying and Storage Cabinet (Model No. REL650020MU) w/accessories listed below for West Roxbury VA Medical Center s OR and SPS Departments. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure REL650020MU GTIN: 00724995229511 6500 SER HEPA DRYING CBNT, 20 SCOPE MAIN UNIT 3 EA RELTSOEBUS GTIN: 00724995229719 OLYMPUS EBUS BRONCHOSCOPES 10 EA RELTSO100GIAUX GTIN: 00724995229672 Olympus 160/180/190 GI Endoscopes With Aux Channel 8 EA RELTSOINTUBATION GTIN: 00724995229740 Olympus Intubation Videoscopes 14 EA REL6500TEESUPPORT GTIN: 00724995230166 6500 SER CABINET TEE PROBE SUPPORT 15 EA REL6500TEEHOLDER 6500 SER CABINET TEE PROBE HOLDER 10 EA REL6500EUSENDOLRG GTIN: 00724995230180 6500 SER CABINET EUS ENDOSCOPE HOLDER, LARGE 5 EA REL6500EUSENDOSML GTIN: 00724995230197 6500 SER CABINET EUS ENDOSCOPE HOLDER, SMALL 5 EA REL6500BRONCHHLDR GTIN: 00724995230203 6500 SER CABINET BRONCHOSCOPE HOLDER 5 EA 103466 GTIN: 18011517103466 Cleanascope Adv 6 Tray 4 EA 103457 Model 103457 Cas Advantage Clear Lid 24 EA 103604 GTIN: 05060189780686 Cleanascope Liner Dispenser, Wall Mount 2 EA 103585 GTIN: 38011517135850 Cleanascope Advantage Liners 200/Bx 2 EA SE071002 Installation Of Reliance Endoscope 6500 Main Unit 3 EA SE0710000045 1st Year Preventive Care For Reliance Endoscope 6500 (Main Unit Only) 3 EA Delivery shall be provided no later than 30-45 days after receipt of order (ARO). Places of Performance/Place of Delivery WHITE RIVER JUNCTION Address: 1400 VFW Parkway 1400 VFW Parkway West Roxbury, MA Postal Code: 02132-4927 Country: UNITED STATES 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 Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, 52.204-27, 52.209-6, 52.219-4, 52.219-27, 52.219-28, 52-222-3, 52.222-19, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-50, 52.222-55, 52.222-62, 52.223-23, 52.225-13, 52.226-8,52.232-33, 52.240-1 All quoters shall submit the following: Quote. All quotes shall be sent to the Contract Specialist, Divianna Mathurin, Divianna.mathurin@va.gov. 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 following are the decision factors: Price Speed of delivery Past performance The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits an� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold; (2) Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3) Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ)� at or before the exact time specified in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� quotes� must� show (1)� The� solicitation� number; (2)� The time specified in the� solicitation� for receipt of� quotations; (3)� The name, address, and telephone number of the� quoter; (4)� A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; (5)� Terms of any express� warranty; (6)� Price and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Quotation� Amendments; (10)� Past performance� information will not be considered in simplified acquisition procurements. (11)� Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� quotes. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may� accept issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation� by specific limitations. Unless otherwise provided in the quotation,� offers� may� not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quote. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Quoter� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request for Quote (RFQ) when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l)� Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 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 April 18, 2025, 10AM EST at Divianna.mathurin@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 Contract Specialist Divianna Mathurin Divianna.Mathurin@va.gov 914-325-3258
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce3cb4d798b24c2fa5c6120313f2e005/view)
 
Place of Performance
Address: West Roxbury VA Medical Center 1400 VFW Parkway, West Roxbury 02132
Zip Code: 02132
 
Record
SN07406584-F 20250413/250411230057 (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.