Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

66 -- PATH & LAB; CRYOCUBE F740hi FREEZER (VA-20-00006790)

Notice Date
12/6/2019 2:03:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0171
 
Response Due
12/12/2019 8:59:59 PM
 
Archive Date
12/26/2019
 
Point of Contact
BRANDON KIMBRANDON.KIM1@VA.GOV
 
E-Mail Address
BRANDON.KIM1@VA.GOV
(BRANDON.KIM1@VA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Descriptioni)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.ii)The solicitation number 36C26220Q0171 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) The US Government seeks to procure laboratory freezer (1 three door) for single laboratory spaces within the VA San Diego Healthcare System (PALMS). v)In accordance with FAR 52.211-6, the technical specifications for this requirement is listed as brand name or equal. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with business size standard of 1250 employees.Offeror quotes must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise will be considered non-responsive.Refrigeration system-Storage volume capacity at least 740 L (26.1 cubic ft) Exterior dimensions no more than (78H x 44W x 39D)Door Handle must be on the left side and opens to right due to location of freezer.Must have temperature range of -50 to -86 degree centigradeMust have insulation enforced by vacuum insulation panels in the freezer body and door.Must have 3 compartments or shelvesMust have insulated and sealed inner doors that minimize cold air loss while accessing samplesMust have low-temperature outer door seals that allow gaskets to remain flexible at -86 degrees centigrade and prevents ice build up.Must have full stainless-steel interiorMust be able to store and preserve all types of biological materials/samplesMust be able to store Bacteria, Cells, Spores Pollens, Protozoa, DNA, Tissue, Chemical preservation.Must be able to preserve chemicals or material testing components for long-term storage. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.52.211-6 -- Brand Name or Equal (Aug 1999)(a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.(b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by (i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.(c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.(d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation.vi) Delivery shall occur on or before 12/31/2019 to the following FOB destination: VA San Diego Healthcare System3350 La Jolla Village DriveSan Diego, CA 92161vii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Also see section xiii for instructions.viii) 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:In accordance with FAR 13.106-2(a)(2) Evaluation of quotations or offersAward basis is on best value meeting minimum salient features, requirements, is technically acceptable, and at a fair and reasonable price.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)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.ix)In accordance with FAR 13.106-1(a)(1)(ii) Quote is inclusive of transportation charges from shipping point of supplier to delivery destination.x) 52.212-3-- Offeror Representations and Certifications -- Commercial ItemsThe 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.]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) All offeror quotes for this solicitation must be received electronically through email to Brandon Kim at brandon.kim1@va.gov no later than December 12, 2019, 9:00 AM PST. Ensure to reference solicitation number 36C26220Q0171 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. xiv) Any questions regarding this solicitation must be received electronically through email to Brandon Kim at brandon.kim1@va.gov no later than December 12, 2019, 9:00 AM PST. Ensure to reference solicitation number 36C26220Q0171 within subject line of the email.This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR/VAARTitleDate52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Aug-1352.211-6Brand Name or EqualAug-9952.212-1Instructions to Offerors Commercial ItemsOct-1852.212-4Contract Terms and Conditions Commercial ItemsJan-1752.212-5Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial ItemsJan-1952.217-8Option to Extend ServicesNov-9952.232-18Availability of FundsApr-8452.232-33 Payment by electronic funds transfer system for award management Jul-1352.233-1 Disputes May-1452.233-3 Protest after award Aug-9652.252-2 Clauses incorporated by reference Feb-98852.203-70Commercial AdvertisingMay-18852.237-70Contractor ResponsibilitiesApr-84852.246-71InspectionJan-08852.232-72 Electronic submission of payment requests Nov-12The following provisions shall also apply:52.204-7System for Award ManagementOct-1852.204-16Commercial and Government Entity Code ReportingOct-1652.209-7Information Regarding Responsibility MattersOct-1852.233-2Service of ProtestSep-06852.233-70Protest Content/Alternative Dispute ResolutionOct-18852.252-70Solicitation Provisions or Clauses Incorporated by ReferenceJan-08Upon 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 All offeror quotes for this solicitation must be received electronically through email to Brandon Kim at brandon.kim1@va.gov no later than December 12, 2019, 9:00 AM PST. Ensure to reference solicitation number 36C26220Q0171 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. Any questions regarding this solicitation must be received electronically through email to Brandon Kim at brandon.kim1@va.gov no later than December 12, 2019, 9:00 AM PST. Ensure to reference solicitation number 36C26220Q0171 within subject line of the email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/558fe5a8f535423881b355eec8ad3e86/view)
 
Place of Performance
Address: VA SAN DIEGO HEALTHCARE SYSTEM;3350 LA JOLLA VILLAGE DRIVE;SAN DIEGO, CA 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN05511316-F 20191208/191206230252 (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.