Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2019 FBO #6357
SOLICITATION NOTICE

66 -- Laboratory Refrigerators

Notice Date
4/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0619
 
Response Due
4/25/2019
 
Archive Date
5/25/2019
 
Point of Contact
562-766-2308
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26219Q0619 is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2005-95, January 19, 2017. (iv) This solicitation is intended to award a total set-aside procurement to a(n) SDVOSB Service-Disabled Veterans Owned Small Business, with associated NAICS North American Industrial Classification System Code 333415 and business size standard of 1250 employees. (v) The US Government seeks to procure laboratory refrigerators (5 single door and 1 double door) for multiple laboratory spaces within the VA San Diego Healthcare System (PALMS). (vi) In accordance with FAR 52.211-6, the technical specifications for this requirement is listed as brand name or equal. Offeror quotes must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise will be considered non-responsive. Salient Characteristics: Refrigerators (brand name or equal) must maintain the required temperature for specimens, supplies, and reagents. Refrigeration system- Must be Expansion Device Cap Tube type. Must meet uniformity +/-1.5 °C at 4 °C setpoint. Temperature must maintain 2 -10 degrees within two hours for safety / regulatory compliance. Must have automatic defrost capability. Must include warranty on parts and labor (specify warranty terms offered). Controllers- Must include resistance temperature detection (RTD) control sensor. Must be able to adjust alarms settings to high/low. Must include automatic alarm testing. Must have an ajar door sensor/alarm. Must have a power failure alarm. Must have a programmable condenser temperature alarm. Must have at least 10 hours of battery back-up for display and alarm. Dimensions and construction- Exterior dimensions for the single door model must not exceed 30 W and 80 H. Exterior dimensions for the double door model must not exceed 60 W and 80 H. Must have a storage volume of 25CF or greater for single door models Must have a storage volume of 56CF or greater for the double door. Door must soft close/seal automatically at an angle of 55 degrees or less (For double-door models, the closed door must not be affected or open due to air pressure closing the other door). Each device must include at least one side access port. Each device must include one top port for external monitoring probes. Device must have a standard hospital grade cord and plug. Must be mobile with casters and be able to lock floor position. Exterior and interior finish must be bacteria resistant. Noise output- Device should operate within a 27 - 45 dB rating. Brand Name Information: Part# Model Description / Details QTY 5102256-1 iLR256 iLR256 i.Series ® Laboratory Refrigerator, 56CF (1586 Liters) 1 5102125-1 iLR125 iLR125 i.Series ® Laboratory Refrigerator, 25CF (714 Liters) 5 *The manufacturer is Helmer Scientific. (vii) Delivery shall occur within 60 days after award to the following FOB destination: VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price technically acceptable. Technical acceptability shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer 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. (End of Provision) (x) 52.212-3-- Offeror Representations and Certifications -- Commercial Items The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] [(c) through (u) of the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.] (End of Provision) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) N/A (xiv) N/A (xv) All offeror quotes for this solicitation must be received electronically through email to Gene Chu at gene.chu2@va.gov no later than April 25, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q0619 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. (xvi) Any questions regarding this solicitation must be received electronically through email to Gene Chu at gene.chu2@va.gov no later than April 23, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q0619 within subject line of the email. Clauses Incorporated by Reference (Feb 1998) [FAR 52.252-2] This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR/VAAR Title Date 52.211-6 Brand Name or Equal Aug 1999 52.212-1 Instructions to Offerors Commercial Items Oct 2018 52.212-4 Contract Terms and Conditions Commercial Items Jan 2017 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Jan 2019 852.203-70 Commercial Advertising May 2018 852.237-70 Contractor Responsibilities Apr 1984 852.246-71 Inspection Jan 2008 Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0619/listing.html)
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
Country: USA
 
Record
SN05286486-F 20190420/190418230106 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.