Wyoming Bids > Bid Detail

6515--Small Sterilizer - Cheyenne VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159610819292480
Posted Date: Jul 20, 2023
Due Date: Jul 25, 2023
Solicitation No: 36C25923Q0681
Source: https://sam.gov/opp/2265b1ffe0...
Follow
6515--Small Sterilizer - Cheyenne VA Medical Center
Active
Contract Opportunity
Notice ID
36C25923Q0681
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 20, 2023 04:01 pm CDT
  • Original Date Offers Due: Jul 25, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 24, 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:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Cheyenne VA Medical Center Cheyenne , WY 82001
    USA
Description
Request for Quote (RFQ) #: STERIS Sterilizer Cheyenne VA Medical Center

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.

* The deadline for all questions is 4:30pm CST, July 21st, 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 Bryan.Center@va.gov no later than 12:00pm CST, July 25th, 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 36C25923Q0681. 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) 2023-04 effective June 2, 2023.

The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 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 400 20X20X38 Pre-vacuum Single Sliding Cabinet Steam (SR0201110011)
1
EA
$
$
0002
Chamber Track Assembly - 20X20X38" For Single door unit only (FV021003)
1
EA
0003
Amsco 400 Series 20 X 20 X 38 Rack & Two Shelves, Single door (FV021011)
1
EA
0004
ConnectAssure Technology Networking Service Kit for Capital Equipment (CATPREP3030)
1
EA
0005
ConnectAssure Technology Annual Subscription Enables Data Export from Capital Equipment (CATSUB3030)
1
EA
0006
Install Small Sterilizer
1
JB
0007
Installation of Cabinet Pkg on Unit
1
JB
0008
Deinstallation - Small Sterilizers
1
JB
0009
Disposal of Sterilizers and Generators
1
JB


Grand Total
$
Description of Requirements for the items to be acquired:

*FOB shall be destination
*Freight shall be added to the price of CLIN 0001 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 below will result in the offeror s quote not being considered for award.

Shall offer AMSCO 400 20X20X38 pre-vacuum single sliding cabinet with steam sterilizer
Shall be feature a high-capacity chamber that can sterilize up to three 25lb instrument trays
Shall offer increased clearance to accommodate larger sets
Shall offer 12 programmable cycles
Shall offer validated 4 + 1 pre-vacuum immediate use cycle
Shall have a chamber constructed of 316L stainless steel and a 15 yr. warranty
Shall offer steam activated gasket requires no lubrication and is warranted for 2 years
Shall offer chamber track assembly 20X20X38 for single door unit
Shall offer AMSCO 400 Series 20x20x38 rack and 2 shelves, double doors
Shall offer install, including all necessary labor and materials required to uncrate, set-in-place and assemble
Shall include a demonstration of the equipment for appropriate facility personal once installed
Shall offer de-install of current sterilizer, to include all necessary utility disconnections, remove and transport equipment to a predetermined location within same customer facility for pickup or disposal
Shall offer disposal of sterilizers and generators
Shall offer ConnectAssure Technology Networking Service Kit for Capital Equipment, includes parts and labor, The ConnectAssure Technology Networking Service Kit provides the parts and labor to install equipment needed to connect STERIS equipment to the hospital network.
Shall include Operation and Maintenance Manual

Pickup
Pickup will require the vendor to remove de-installed Sterilizer during normal clinic hours. A VA employee must be present for all pickup times.

Performance Requirements:Â

The contractor shall coordinate and provide project management of all products and services to manage, design, order, ship, deliver and install new sterilizer from the manufacturer until final acceptance by the Cheyenne VAMC.

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.
Provide maintenance manuals for product specified.
Installation of equipment
De-installation of equipment
Disposal of removed sterilizer and generator

Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located:

Cheyenne VA Medical Center
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 52.219-28
Post Award Small Business Program Representation (NOV 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 52.225-13
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.

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)

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 52.232-40
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 Bryan.Center@va.gov by 12:00pm CST, July 25th, 2023.

Name and email of the individual to contact for information regarding the solicitation:
Bryan Center
Bryan.Center@va.gov

Attachments/Links
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
  • Jul 20, 2023 04:01 pm CDTCombined 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 >