Wyoming Bids > Bid Detail

6515--Steris Washer Disinfector Removal and Installation of Two Machines and Other Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159410601240303
Posted Date: May 1, 2023
Due Date: May 19, 2023
Solicitation No: 36C25923Q0346
Source: https://sam.gov/opp/1cd738690c...
Follow
6515--Steris Washer Disinfector Removal and Installation of Two Machines and Other Equipment
Active
Contract Opportunity
Notice ID
36C25923Q0346
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 01, 2023 12:33 pm MDT
  • Original Date Offers Due: May 19, 2023 03:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Dept. of Veterans Affairs Cheyenne VA Healthcare System Cheyenne , WY 82001
    USA
Description
Request for Quote (RFQ) #:
Replacement Steris Washer Disinfectors with Installation and Removal

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.

* A site visit is not mandatory for this requirement although vendors can schedule by contacting the station POC listed below. No site visits shall be scheduled after May 10th, 2023.

Station POC: Vicki Woods (307) 220-3993 or Vicki.Woods@va.gov. Contractors shall contact Ms. Woods to schedule a date and time to conduct a site visit if desired.

** The deadline for all questions is 3:00pm MT, May 12th, 2023.
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.

*** Quotes are to be provided to stephanie.cahill@va.gov no later than 3:00pm MT, May 19th, 2023.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0346. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 26, 2022.

The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 employees. This solicitation is a 100% set-aside for small business concerns.

List of Line Items;

Line Item
Description (Part Number)
Qty
Unit of Measure
Unit Price
Total Price
0001
AMSCO 7053HP, Steam Heated (FH19042)
2
EA
$
$
0002
Three Level Manifold Rack Long (FD107)
4
EA
0003
Two Level Manifold Rack w/ Equal Level Space Long (FD106)
1
EA
0004
Auto Docking Transfer Cart Adapter for 7052/7053 Washers (FD209)
4
EA
0005
Auto Docking Transfer Cart for Long Chamber Washer (FD179)
6
EA
0006
Flexible Hose for Cannulated Instruments (FD76900)
2
EA
0007
Installation Kit, Flexible Hoses for Utilities (for Steam Unit) (FD088)
2
EA
0008
ConnectAssure Technology Annual Subscription Enables, Data Export from Capital Equip. (CATSUB3030)
2
EA
0009
ConnectAssure Technology Networking Service Kit for Capital Equip., includes Parts and Labor (CATKIT3030)
2
EA
0010
De-installation and Removal AMCSCO 7053HP (SE1016921)
2
JB
0011
Delivery and Installation AMSCO 7053HP (SE101692)
2
JB


Grand Total
$

Description of Requirements for the items to be acquired:

Cheyenne VA Medical Center needs to replace two Steris AMSCO 7053HP washer disinfectors.

The quoted items shall be brand name only for the Steris AMSCO 7053HP.

*FOB shall be destination
*Freight shall be added to the price of CLIN 0011 (Delivery and Installation) and not be its own line item
*Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote
*Quotes shall annotate the expected date of delivery to the specified location
*Quotes shall be accompanied by an authorized distributor letter from the manufacturer of the items being offered
*Failure to meet the salient characteristics above with result in the offeror s quote not being considered for award

Salient characteristics:

Shall be AMSCO 7053HP, 460-480V, 3 PH, 60HZ steam heated Washer/Disinfector, single chamber
Shall be compliant with ANSI/AAMI ST 15883-2 and ISO 15883-2 standards for thermal disinfection.
Shall offer operating dimensions of 42 x 80 ¾ x 38
Shall offer chamber dimensions of 26 ½ x 26 ¼ x 31 ½
Shall offer loading height of 31 above finished ground
Shall offer constructed of 316L stainless steel with 9.0-gal (34 L) capacity with removable stainless-steel filter preventing debris from entering pump and piping system.
Shall offer wash chamber constructed of 16-gauge, 316L stainless steel (No. 4 finish), argon-welded and polished. Chamber is of sanitary-type design (horizontal fixed surfaces are sloped, without overlapping sheet metal) for complete drainability and reducing hard-to-clean locations.
Shall offer easy cycle install with icon-based touchscreen panel
Shall offer installation kit, flexible hoses for utilities, to include manual shut off valves and manometer for pressure reading on all water inlet lines.
Shall offer a manual shut off valve for both steam and condensate return lines
Shall offer color visual progress indicator
Shall offer LED Status indicator lighting
Shall offer spray arm system providing entire chamber coverage
Shall offer audible warning system with adjustable volume
Shall offer space saving, power vertical sliding door
Shall offer 8 factory-loaded cycles with up to 20 custom cycles.
Shall offer steam-heated, electric heated
Shall include operation and maintenance manual
Shall include ConnectAssure Technology Annual Subscription Enables Data Export from Capital Equipment
Shall include ConnectAssure Technology Networking Service Kit for Capital Equipment, includes Parts and Labor

Scope of Work

Delivery:

The Contractor will make delivery of the required items F.O.B. destination point. Delivery and installation shall be coordinated with the Cheyenne VAMC POC, Vicki Woods, to ensure proper placement. Upon delivery, the VA POC shall inspect the equipment for acceptance and will confirm with the Contractor representative prior to Contractor departure from site. Acceptance of machines will be contingent upon the delivered machines being fully operational upon completion of installation services.
If removal and installation of the machines is completed by a subcontractor, the removal and installation line items will not be invoiced against until service is completed, and the machines are fully operational.

If equipment is damaged or unacceptable for use, the equipment will be returned to the contractor for replacement at no additional cost to the government.

The services provided by the Contractor will include delivery and installation of the replacement machines as well as de-installation and removal of the current/old machines.
Installation and Removal:

The Contractor shall coordinate with the VA POC to ensure the installation of the washer disinfector machines is completed during the duty hour of 0800 to 1500, Mondays through Fridays excluding Federal holidays.
The facility will be closed on the following holidays: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday.
The Contractor is responsible for removal of the old machines during normal clinic hours or if pre-arranged on the weekend.
The Contractor (or subcontractor) is responsible for ensuring the new machines are fully operational prior to departure after installation.
Contractor is required to have on site staff with OSHA 10 certification.
The contractor is to provide installation schedule and phasing requirements that include planning, manufacturing, project management and installation.
Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels
The contractor is responsible to remove excess materials

Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at:
Cheyenne VA Medical Center
ATTN: Sterile Processing Service
2360 E. Pershing Blvd.,
Cheyenne, WY 82001

52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (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.

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.

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.

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

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 contactors, the offeror making such contact may be excluded from award considerations.

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.

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.

Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; and (II) Price

Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.

Volume II Price

Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

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 considering price and other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: 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.

Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.

(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-6
Notice of Total Small Business Set-Aside (NOV 2020)
FAR 52.219-8
Utilization of Small Business Concerns (SEP 2021)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1
Buy American Supplies (JAN 2021)
FAR 52.225-3
Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020)
FAR 52.225 5
Trade Agreements (JUL 2020) (DEVIATION)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:

52.217-6 Option for Increased Quantity (MAR 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree.

52.237-1 Site Visit (APR 1984)
Offerors or quoters are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of Provision)

852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)
The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.227-19
Commercial Computer Software-Restricted Rights (DEC 2007)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to stephanie.cahill@va.gov by 3:00pm MT, May 19th, 2023.

Name and email of the individual to contact for information regarding the solicitation:
Stephanie Cahill
stephanie.cahill@va.gov
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25923Q0346.docx (opens in new window)
43 KB
Public
May 01, 2023
file uploads

Links
Display Name Updated Date
VA Healthcare System, Cheyenne WY (opens in new window) May 01, 2023
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 01, 2023 12:33 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >