Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

65 -- **Emergency COVID-19 Request** Isolation Gowns

Notice Date
6/19/2020 10:44:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0548
 
Response Due
6/24/2020 2:00:00 PM
 
Archive Date
07/24/2020
 
Point of Contact
Jared P Zinsmeister, Jared Zinsmeister, Phone: 360-852-9859
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for Isolation Gowns, Shoe Covers, and Hair Caps, as 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; quotes, and samples are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26020Q0548 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 effective March 30, 2020, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provision may be accessed in full text at http://farsite.hil.af.mil. 4. This solicitation is set aside 100% for Service Disabled Veteran Owned Small Businesses and the associated NAICS 339113 code has a small business size standard of 750 employees. The business has been verified for ownership and control pursuant to 38 CFR 74. The Government is seeking a contract to acquire Isolation Gowns, Shoe Covers, and Hair Caps. This solicitation is seeking to fulfill the statement of work. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Level 2 Disposable Isolation Gown (SMALL) 25,000 Each __________________ __________________ 0002 Level 2 Disposable Isolation Gown (Large) 25,000 Each __________________ __________________ 0003 Level 2 Disposable Isolation Gown (Extra Large) 5,000 Each __________________ __________________ 0004 Level 4 Disposable Isolation Gown (SMALL) 25,000 Each __________________ __________________ 0005 Level 4 Disposable Isolation Gown (Large) 25,000 __________________ __________________ 0006 Level 4 Disposable Isolation Gown (Extra Large) 5,000 Each __________________ __________________ 0007 Level 2 Disposable Isolation Shoe Cover 100,000 Each __________________ __________________ 0008 Level 1 Disposable Isolation Hair Cap 50,000 Each __________________ __________________ GRAND TOTAL __________________ 6. Statement of work: Isolation Gowns, Shoe Covers, Hair Caps BACKGROUND The Department of Veterans Affairs, VA Puget Sound HCS would like to establish an isolation gown, isolation shoe cover, and isolation hair cap contract. This requirement was established through the Incident Command at the VA Puget Sound HCS. This is a solicitation for isolation gown, isolation shoe cover, and isolation hair cap prepared in accordance with the format in FAR 8.4. The contract awarded by the Government shall be for providing uniform clothing apparel. OBJECTIVE To establish an emergency contract for isolation gown, isolation shoe cover, and isolation hair cap with a clothing apparel manufacturing service to standardize our cloth face mask at the VA Puget Sound HCS. PERIOD OF PERFORMANCE Base (Date of Award through October 20, 2020) No service shall be performed October 20st 2020 without authorization. PLACE OF PERFORMANCE: Please refer to the list below: Scope Vendor must provide products as exact specification as below. Items Quantity Level 2 Disposable Isolation Gown (SMALL) 25,000 Level 2 Disposable Isolation Gown (Large) 25,000 Level 2 Disposable Isolation Gown (Extra Large) 5,000 Level 4 Disposable Isolation Gown (SMALL) 25,000 Level 4 Disposable Isolation Gown (Large) 25,000 Level 4 Disposable Isolation Gown (Extra Large) 5,000 Level 2 Disposable Isolation Shoe Cover 100,000 Level 1 Disposable Isolation Hair Cap 50,000 Sample of items must be sent to VA Medical Center listed above prior to award. Make ATTN: Travis Spears Additional isolation gowns, isolation hair caps, and isolation shoe covers may be purchased under this SOW before the end of the base period. Products must meet established Federal, State, and Local Infection Control, VHA, and Joint Commission regulations upon delivery. 7. Delivery: See Statement of Work (SOW) for Period of Performance (POP), and location of work. 8. The provision at 52.212-1, Instructions to Offerors Commercial items (DEVIATION 20018-O0018), applies to this acquisition: All offeror quotes for this solicitation must be received electronically through email to jared.zinsmeister@va.gov no later than 06/24/2020 3pm MST. Sample of items must be sent to VA Medical Center listed above prior to award. Make ATTN: Travis Spears and include vendor name, address, and telephone number. 3. The solicitation number. 4. The name, address, and telephone number of the offer. 5. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 6. Price and any discount terms. 9. The provision at 52.212-2, Evaluation Commercial Items (OCT 2014) 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 priced quotation that meets all SOW requirements that is responsive and responsible. 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), after its receipt, unless a written notice of withdrawal is received before award. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.211-73 Brand Name or Equal. (JAN 2008) 52.217-6 Option for Increased Quantity 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to jared.zinsmeister@va.gov and received no later than 3pm MST on 06/24/2020. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Jared Zinsmeister at jared.zinsmeister@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/513cead96f7445e397ddbade320d2d82/view)
 
Place of Performance
Address: VA Puget Sound Health Care System Seattle VA Medical Center 1660 S. Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN05697278-F 20200621/200622142806 (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.