Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2019 FBO #6453
SOLICITATION NOTICE

66 -- Laboratory CO2 Incubator Equipment

Notice Date
7/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
36C26319Q0822
 
Response Due
8/13/2019
 
Archive Date
9/12/2019
 
Point of Contact
andrew.hinton3@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 4 of 4 Solicitation Number: 36C26319Q0822 1a. DESCRIPTION OF SOLICITATION In accordance with FAR Part 13 this 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. This Solicitation issued as a Request for Quotation (RFQ) for the following Commercial Items: High Performance Laboratory CO2 Incubator Equipment Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. Respond by: Please see INSTRUCTIONS TO OFFERORS below. Small Business Set-Aside: This solicitation is Set-aside 100% for Service Disabled Veteran Owned Small Businesses. Quotations from Large Business offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. Brand-Name Only solicitation: This is a Brand-Name Or Equal (BNOE) solicitation. This will be a Lowest Price/ Technically Acceptable (LP/TA) purchase. NAICS code/Size Standard/PSC or FSC: NAICS code (North American Industrial Classification system: 339113 Size Standard for this NAICS code: 750 employees PSC/FSC (Product Service Code/Federal Supply Code): 6640 Type of Contract/Award: The type of contract/award the government intends to make/enter for this solicitation is a single or multiple award, firm-fixed price purchase order. (See Evaluation of Offers below). Delivery: FOB Destination, 60 Calendar Days or Less ARO. See Delivery below. Contract Period: Delivery Date of 60 Calendar Days or Less ARO. Method of Payment: Payment will be made electronically to: Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com. Provisions and Clauses: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: https://www.acquisition.gov/browsefar -or- https://www.va.gov/oal/library/vaar/ 1b. DESCRIPTION OF SUPPLIES/SERVICES being solicited: Laboratory Incubator Equipment, Brand Name or Equal (BNOE) for all Line Item Model Item Name Item Description/ Delivery Location Qty 0001 13 998 044 Incubator Hera240i CO2 CU TC 120V 2 0002 13 998 059 Roller Dolly Hera240i Roller Dolly 200MM 1 0003 NC1304531 Stack Adapter Hera240i Stack 1 0004 50144908 Incubator Hera 160i Dual CU TC 120V 1 0005 A32752 Imaging System Life Technologies, IBright FL 1000 Photodocumentation Imaging System 1 0006 501179943 Incubator Shaker Innova 42R Incubator Shaker 1 0007 501180018 Culture Drawer Innova Culture Drawer, 42/R Assembly 1 0008 NC1629009 Drip Pan Drip Pan for 18-Inch x 18-Inch Platform 1 0009 1427842 Platform 18-inch x 18-Inch Platform, Universal 1 0010 NC1195565 Stacking Kit Stacking Kit, F/42R 1 0011 14285704 Tube Rack Tube Rack, 15-18mm Diameter Tubes, Capacity 24 Tubes 1 1.c MANUALS, CARE/CLEANING INSTRUCTIONS: Appropriate user manuals, service manuals, and instructions for cleaning/sterilization, two copies. 1.d DELIVERY Needed: Delivery Terms: 60 Calendar Days or Less ARO, FOB Destination. Deliver to: Department of Veteran Affairs Iowa City Health Care System, Warehouse 601 Highway 6 West Iowa City, IA 52246 2. INSTRUCTIONS TO OFFERORS The Provision FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors Commercial Items: Respond by: Offerors are to email complete offers to andrew.hinton3@va.gov, Offers must be received no later than 2:00pm CDT Tuesday, August 13, 2019. Please include in the subject line: Solicitation 36C26319Q0822, Laboratory Incubator Equipment Letter of Authorization to Distribute for the Original Equipment Manufacturer: In accordance with the Original Equipment/No Gray Market Goods language under TERMS & CONDITIONS stated below, a letter of Authorization to Distribute shall be included with the offer and received before the closing time and date of this solicitation. (End of Provision 52.212-1) 3. EVALUATION OF OFFERS The Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA The basis for award will be Lowest Price Technically Acceptable - evaluated on technical capability of the item offered to meet the Government requirement. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. Past performance IAW 9.104-3(b). The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). (End of Provision 52.212-2) The Provision 52.214-22 Evaluation of Bids for Multiple Awards (MAR 1990) Applies to this contract: In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. (End of Provision 52.214-22) 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if indicated as instructed by the language of the provision. (End of Provision 52.212-3) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017), applies to this acquisition. Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017): 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70  Commercial advertising (Jan 2008) 852.232-72  Electronic submission of payment requests (NOV 2012). Addendum to FAR 52.214-4 Contract Terms and Conditions Commercial Items (Jan 2017) continued: Original Equipment/No Gray Market Goods (a) 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 remanufactured, used, expired, outdated (old edition or old model) or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. (b) Offeror shall be a distributor that is authorized directly by the manufacturer (OEM) of the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter from the manufacturer. The OEM s warranty and service shall be provided and maintained by the OEM and pass through to the VA. 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 and shall pass through to the VA. (c) The delivery of remanufactured, used, expired, outdated (old edition or old model) or gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to 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. (End of addendum to 52.212-4) (End of Clause 52.212-4) VAAR 852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside (Jul 2016) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (i) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of clause) 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End Clause 52.212-5) ** end solicitation** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUL-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/ICVAMC584/ICVAMC584/36C26319Q0822/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VAMC Iowa City;601 Highway 6 West;Iowa City, IA
Zip Code: 52246
Country: USA
 
Record
SN05378429-F 20190725/190723230027 (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.