Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

43 -- 610-20-2-531-0044 AIR COMPRESSOR ND 1/15

Notice Date
1/13/2020 10:12:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0243
 
Response Due
1/16/2020 8:59:59 PM
 
Archive Date
01/21/2020
 
Point of Contact
Submit bid and specification questions tolillie.grey@va.gov before deadline.
 
E-Mail Address
lillie.grey@va.gov
(lillie.grey@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of Page 1 of 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 to be requested and a written solicitation will not be issued. This solicitation RFQ-36C25020Q0243 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. The North American Industry Classification System (NAICS) number is 333912 and the business size standard is 1000. The combined synopsis solicitation is 100% Set-Aside for Small Business. Note: interested Service Disabled Veteran Owned Small Business and Veteran Owned Small Business Offerors must be listed and verifiably registered in Vetbiz.gov and will be given first consideration over Small Business Offerors. The Department of Veterans Affairs, Network Contracting Office 10 (36C250) is seeking potential sources for Spiral Air brand Model SPR 30 Compressor and accessories to be provided for the Fort Wayne VA Medical Center located at 2121 Lake Avenue, Fort Wayne, IN 46805. The Ft Wayne VAMC Engineering Department plans to provide the installation of the requested supplies listed below for use in the facilities SPS department. The Ft Wayne VAMC has determined that it is critical that the replacement air compressor be provided to replace the current, underperforming, compressor unit. Modified, upgraded or refurbished Air Compressors will not be considered. The base required equipment is produced/manufactured by Spiral Air (model number SPR 30). Technical requirements for this model and accessories are listed below and are illustrative in nature only. No partial submissions will be accepted. The Government reserves the right to make no award at all. Name Brand or Equal to products are to be provided in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how the listed item(s) match or exceed the salient characteristics. Supplies Line Item Description Quantity SPR 30 SPIRAL AIR COMPRESSOR 1 ES4000 CONTROL MODULE 1 EAD33 200 GALLON TANK 1 Technical Specification Rotary compressors Have minimum two compressors for redundancy. Meet ISO 8573-1 (2010) certification, certified class zero oil-less (no oil or vapor) Minimum 75-90 SCFM @ 100-120 PSI Efficient energy control - uses up to 83% less electricity than competitive systems Significant heat reduction - reduces heat emissions by up to 30% Quiet operation A smart control module High efficiency intake filter Receiver tank of 180-200 gallons with timer drain and strainer Warranty Delivery shall be FOB destination to the Department of Veteran Affairs, VAMC, 2121 Lake Avenue, Fort Wayne, IN 46805. Please include the shipping cost within your quote. Delivery should be within 90 days after receipt of purchase order. Award shall be made to the vendor whose quotation is determined to represent the lowest price technically acceptable to the Government after review by the evaluation team. Criteria of review will be based on price, technical features, and product literature. Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided. 52.212-1, Instructions to Offerors-Commercial (Oct 2015), applies to this acquisition 52.212-2, Evaluation-Commercial Items (Oct 2014), the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the Government price considered and be technically acceptable of the salient characteristics. (Addendum to 52.212-2) Gray market items are Original Equipment Manufacturers (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 (provided with your quote), as well as technical/specification feature documents (manuals with specs) from the OEM, and the OEM s warranty information. 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 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. 52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html 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, to include clauses; 52.204-10. 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13 852.211-70, Contract Terms and Conditions-Commercial Items; Equipment Operation and Maintenance Manuals needed for evaluation of product; applies to this acquisition. 852.215-70, Contract Terms and Conditions-Commercial Items; SDVOSB evaluation factors to this acquisition; applies to this acquisition. 852-219-10, Contract Terms and Conditions-Commercial Items; VA notice of SDVOSB set-aside; applies to this acquisition. Submission of questions: Must be submitted to the Contracting Officer of this RFQ, in writing, via email to Lillie.grey@va.gov by Wednesday, January 15, 5:00 pm eastern standard time. Please DO NOT contact the facility regarding this RFQ. Quote must be received by Thursday, January 16th, 2020, by 1:00 p.m. eastern standard time. Only electronic offers will be accepted via email to Lillie.grey@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f26a8a04dedd44918d274a69db2a9cf2/view)
 
Place of Performance
Address: Northern Indiana Healthcare System;Attn: Engineering;2121 Lake Avenue;Fort Wayne, IN 46805, USA
Zip Code: 46805
Country: USA
 
Record
SN05533260-F 20200115/200113230301 (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  © 1994-2020, Loren Data Corp.