Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

72 -- Stirling Ultracold Ultra-Low Temp Upright Freezers Brand Name or Equal

Notice Date
12/17/2019 1:50:20 PM
 
Notice Type
Sources Sought
 
NAICS
335220 — Major Household Appliance Manufacturing
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0059
 
Response Due
1/2/2020 8:59:59 PM
 
Archive Date
04/10/2020
 
Point of Contact
Michelle Rhodes, Contracting Officermichelle.rhodes@va.gov
 
E-Mail Address
michelle.rhodes@va.gov
(michelle.rhodes@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Department of Veterans Affairs Program Contracting Activity Central NAO Palo Alto Stirling Ultralow Temperature Freezers (Brand Name or Equal) SOURCES SOUGHT 36A77620Q0059 December 17, 2019 **IMPORTANT: Please read this email notice in full BEFORE responding!** Veteran Affairs Palo Alto Health Care System (VA PAHCS) has a requirement to purchase six (6) Stirling Ultralow Temperature Freezers as described in the salient characteristics. This is in support of a brand name or equal. This requirement is in support of a major construction project activation. The VA is conducting market research and is seeking written responses with information to assist with identifying potential sources that are interested in, and capable of, providing the products described (in whole or in part). Please review the information contained herein and identify whether your company has the capability and interest to provide the brand name items listed or equivalent items that possess the salient characteristics as described. Please see section titled SUBMITTAL OF RFI RESPONSE below for what information to include in your company s response. GOVERNMENT QUESTIONS The VA is requesting vendors answer the following questions in response to this notice. Are there any specifications for individual items that you believe may be too restrictive when taking into consideration industry standards (see draft Statement of Work)?� What specifications and why? Are there any accessories for any equipment item that are normally separately priced? What accessories? Are there any items that you would recommend be purchased separately?� What items and why? Is there any reason you would not be interested in responding to a solicitation?� What are the reason(s) and why? What is the lead time on this equipment? Does your company manufacture the items in accordance with the Limitations on Subcontracting (see FAR 52.219-14, 52.219-27, and 13 C.F.R. � 125.6) or supply the product of a small business manufactured in the United States? Do you have any questions or comments that may otherwise assist us? SET-ASIDE Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer. AUTHORIZED DEALER/DISTRIBUTOR VERIFICATION 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. Vendor 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. This requirement is for new equipment ONLY; remanufactured or gray market items will not be accepted. Gray market, also known as parallel market is the trade of a commodity through distribution channels which, while legal, are unofficial, unauthorized, or unintended by the original manufacturer. Any vendor interested in this requirement shall be an Original Equipment Manufacturer (OEM) authorized dealer or distributor for the proposed equipment/system such that OEM warranty and services are provided and maintained by the OEM or that the OEM gives authorization to the vendor to fulfill all warranty, service, and/or preventative maintenance obligations for the equipment on their behalf. All software licensing, warranties, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. To assist the VA in determining any potential set-aside, we are requesting vendors provide the authorized dealer/distributor letter in response to this Request for Information (RFI). Any future solicitation will include the requirement for vendors to provide authorized dealer verification for all items of equipment. To satisfy this requirement, the vendor shall provide the original documentation from the manufacturer stating they are an authorized dealer/distributor for the items being procured. This letter shall be on the manufacturers official letter head or from an official manufacturer email and guarantees the products are safe, are not counterfeit or adulterated devices, have maintained adequate storage conditions, and that: All product warranties and service and/or preventative maintenance agreements transfer to the VA and will be honored by the OEM or Guarantees that the OEM gives authorization to the vendor to fulfill all warranty, service, and/or preventative maintenance obligations for the equipment. LIMITATIONS ON SUBCONTRACTING AND THE NON-MANUFACTURER RULE (NMR) The requirement that a non-manufacturer supply the product of a small business concern is referred as the Non-Manufacturer Rule (NMR) [13 C.F.R. � 121.406]. In order to qualify as a small business concern for a small business set-aside, an offeror must either manufacture the item in accordance with the Limitations on Subcontracting (see FAR section 52.219-14, 52.219-27 and 13 C.F.R. � 125.6) or supply the product of a small business made in the United States. SALIENT CHARACTERISTICS/DELIVERY SPECIFICATIONS/WARRANTY SPECIFICATIONS Stirling Ultracold Ultra-Low Temperature Upright Freezer (Brand name or Equal) General The Ultracold Ultra-Low Temperature Upright Freezer achieves stable storage conditions over a wide temperature range. Item Warranty Requirements Certifications: UL, cUL, and CE certified. Item Features Application Storage of general (non-flammable laboratory materials. Storage volume 780 liters (27.5 cu. Ft.). Storage Capacity 600 standard 2 boxes in drawer racks. Temperature range of -20 degree C to -86 degree C at 32 degree C (90 deg F) ambient, adjustable to 1 degree C increments. Electrical power 100V to 240V (+/- 10%) at either 50 or 60Hz. Max power (current) 1200 Watts (10 amps at 120V, 5 amps at 240V), nominal. Auto-voltage capability 100V to 240V (+/- 10%) at either 50 or 60Hz (automatically adjust). Operates on a traditional 110V outlet. Electric Supply Rating 15 amp or greater grounded circuit. Power Plugs - NEMA 6-15P plug requires standard NEMA 6-15R receptacle (240V): Length: 2997mm (118 in.). Ambient Operating Temperature - +5 degree C to +35 degree C (41 degree F to 95 degree F). Graphical user interface with touchscreen controls. Microprocessor with touchscreen controls. Warm and Cold Alarms Full adjustable. 12 hour control batter back-up for touchscreen. Engine Helium charged Piston-free-piston Stirling engine with continuous modulation. Operates by cyclic compression and expansion of air or other gas, unlike traditional cascade compressor cooling technology. This allows the unit to consume less energy. Security Lockable door. Optional PIN requirement built in. Item Specifications Exterior dimensions (H x D x W): 1994 x 870 x 915mm (78.5 x 34.3 x 36 in.). Interior dimensions (H x D x W): 1542 x 705 x 740mm (60.7 x 27.8 x 29.1 in). Weight: 283 kg (625 lbs.). DELIVERY INFORMATION The need date for these items is no later than September 30, 2020. Delivery Address: Off-Site Warehouse (Address will be provided at award) Hayward, CA 94544 *Delivery Note: The Contractor will be required to follow the delivery instructions included in the final order. These instructions include ensuring packages annotate the required special markings, setting a delivery appointment, and coordinating with specific facility points of contact. This information will be provided at award. Delivery times will be Monday through Friday from 0830 to 1600 (Pacific) with at least 24 hours advanced notice. No deliveries after 1600 (Pacific) will be accepted. SUBMITTAL OF RFI RESPONSE If you believe you are capable of meeting this requirement (in whole or in part), please provide a complete response no later than Thursday January 2, 2020 at 1:00 PM (Eastern). A complete response satisfies the information requested below. The Government requests responders provide the following information: Company information including name, address, point of contact, and DUNS Number The make and model information for each item, If an equivalent item will be proposed, cut sheets containing specifications, Authorized dealer verification (see below), The contract number of any applicable GSA schedule if one exists from which these items can be procured, and Answers to government questions Further, if you believe a different NAICS code or Product Service Code (PSC) is a better fit for the subject requirement, please provide that information to us as well. NAICS: 335220 Major Household Appliance Manufacturing (Size Standard: 1,500 Employees) PSC: 7290 Miscellaneous Household and Commercial Furnishings and Appliances NOTE: This email is being sent solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. /END OF NOTICE/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3e039658fe4f4aa1bfc072779ef35ea7/view)
 
Place of Performance
Address: DELIVERY TO:;Off-Site Warehouse;Hayward, CA 94544, USA
Zip Code: 94544
Country: USA
 
Record
SN05519762-F 20191219/191217230155 (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.