Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

65 -- Refrigerator Air Curtain for RMR

Notice Date
2/23/2021 1:09:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0242
 
Response Due
3/5/2021 1:00:00 PM
 
Archive Date
03/06/2021
 
Point of Contact
BARRON LONG, CONTRACT SPECIALIST, Phone: 303-712-5741
 
E-Mail Address
BARRON.LONG@VA.GOV
(BARRON.LONG@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25921Q0242 AIR CURTAIN REFRIGERATOR FOR ROCKY MOUNTAIN REGIONAL VA MEDICAL CENTER 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 are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 10:00am MT, 3/1/2021 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to barron.long@va.gov no later than 2:00pm MT, 3/5/2021. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25921Q0242. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04 effective January 19th, 2021. (acquisition.gov browse the far) The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 750 EMPLOYEES. This solicitation is a 100% set-aside for SDVOSB S. **SDVOSB offerors need to clearly read FAR 52.212-1, Instructions to Offerors Commercial Items and 52.212-2, Evaluation Commercial Items, listed in this solicitation. Offerors must respond yes to all four (4) questions below to be considered a nonmanufacturer** [  ] yes [  ] no - Does not exceed 500 employees; (339112) must be verifiable thru the System for Award Management) [  ] yes [  ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [  ] yes [  ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [  ] yes [  ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; AIR CURTAIN REFRIGERATOR Make/Model Equivalent; FWE Model No. ASU-10, Commercial Refrigerated AirScreen AirSupremacy 3 EA GRAND TOTAL _____________ Description of Requirements for the items to be acquired; CONSTRUCTION. Heliarc welded, single unit construction of stainless steel; 20 gauge polished exterior, 22 gauge stainless steel interior with easy-to-clean coved corners. Welded tubular base frame shall be 1"" square, heavy gauge stainless steel tubing, with 10 gauge stainless steel reinforcing stressplates at corners. INSULATION. High efficiency insulation throughout cabinet and door. HANDLES. Form grip flush-in-wall antimicrobial hand grips recess mounted on each side of unit and one rear mounted tubular handle. DOORS AND LATCHES. Flush mounted, stainless steel insulated doors shall be gasket sealed. Each door shall have three (3) heavy-duty, 12 gauge stainless steel hinges and a magnetic work flow door handle. The hinge mountings are reinforced with stainless steel backing plates BUMPER. Solid 1.5"" wide continuous wraparound aluminum channel, bolted to frame, with snap-in, non-marking replaceable vinyl cushion. Full perimeter bumper extends beyond doors, handles, etc., for added protection. Shall be continuous with corner cut-outs to facilitate cleaning. CASTERS. Maintenance free polyurethane tire casters in a configuration of two (2) rigid and two (2) swivel with brake. Casters shall have a reinforced yoke mounted to 10 gauge caster plate. The caster mounting plate shall be secured to a 10 gauge stainless steel reinforcing stress plate via welded in place stainless steel studs. The reinforcing stress plates shall be welded to the heavy gauge tubular frame of the unit. TRAY SLIDES. Secure bottom tray support with tilt mount feature, removable for cleaning. Tray slides are polymer coated, tested and approved to meet the NSF International Corrosion Resistance requirements under NSF Std 51/ASTM b117 Sections 6.2 and 6.2.1. AIRSCREEN SYSTEM / CONTROLS. A 1/2 HP Hi-torque condensing unit, air-cooled closed system assures optimum performance in high ambient room temperatures. It has a 3 pound receiver charged with environmentally safe non-CFC 404A refrigerant. A thermal expansion valve (for pressure control) also a filter dryer. A high CFM multi-fan design, oversized coated evaporator coil to pressure/displacement curtain of air. A unique air circulation pattern within the food zone, for during periods while door is open it will maintain proper temperatures. Controls shall include an easy to read digital display for cabinet temperature (with recall capability of temperature set point and actual cabinet temperature). Easy to read master ON/OFF button with power indicator light, cooling cycle indicator light, maximum allowed time* with door open warning and automatic shutdown, clean condenser reminder light, on-demand defrost with a defrost cycle indicator light. Defrost element shall be 750 Watts. Adjustable temperature range from 33A°F to 38A°F (.6A°C to 3.3A°C) factory preset temperature is 38A°F (3.3A°C). *ASU-10 model has a maximum allowable 240 minute door open before operator warning and automatic shutdown. COMPRESSOR / SIZE. Air-cooled 1/2 HP condenser assures optimum performance in high ambient room temperatures. ELECTRICAL CHARACTERISTICS. 3 wire grounded power cord and plug, rear mounted for safety. INSTALLATION. Unit should not be installed in an area where adverse environmental conditions are present. Refer to operations manual for further details. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: Department of Veterans Affairs Rocky Mountain Regional VAMC 1700 N Wheeling Street Aurora CO 80045 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. Offeror 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. (if brand name or equal add this) Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. 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. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 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. 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. 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 Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. This acquisition is set-aside for SDVOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following: (I) Price (II) Proof of Meeting the Special Standards of Responsibility Volume I Price (utilizing format of paragraph (v) above) Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume II Proof of Meeting the Special Standards of Responsibility The offeror must provide proof of being an authorized distributor of manufacturer with the capability of performing all requirements of the Statement of Work. The offeror shall submit responses to the following questions regarding nonmanufacturer qualifying status: [ ] yes [ ] no - Does not exceed 500 employees; (339112) must be verifiable thru the System for Award Management) [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: (a) This is FAR Part 13 acquisition utilizing Price-Only with Special Standards of Responsibility. 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 considering price and special standards of responsibility. The following factors shall be used to evaluate offers: Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the special standards of responsibility shall not be selected regardless of price. Special Standards of Responsibility The offeror must be able to meet the Non-Manufacturer Rule by answering yes to the four (4) nonmanufacturer questions in paragraph vii (k) above and be an authorized distributor of the manufacturer with the capability of performing all requirements of the Statement of Work or meeting all the salient characteristics listed in this solicitation. (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. (c) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the special standards of responsibility of the lowest priced quote only. If the lowest priced Offeror s special standards of responsibility are determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors special standards of responsibility. If the lowest priced Offeror s is determined to not meet the special standards of responsibility, then the Government may review the special standards of responsibility for next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the special standards of responsibility requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 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 (JUL 2020) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) FAR 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) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising (NOV 2008) VAAR 852.211-70 Service Data Manuals, (NOV 1984) VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019 Deviation) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Rejected Goods 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) The following VAAR provisions are to be incorporated by reference: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to barron.long@va.gov by 2:00pm MT, 3/5/2021. Name and email of the individual to contact for information regarding the solicitation: Barron Long Barron.long@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ee79959d18c4495ea14d2f4fe9129f17/view)
 
Place of Performance
Address: ROCKY MOUNTAIN REGIONAL MEDICAL CENTER 1700 N. WHEELING STREET, Aurora, CO 80045, USA
Zip Code: 80045
Country: USA
 
Record
SN05924546-F 20210225/210223230115 (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.