Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2021 SAM #7036
SOLICITATION NOTICE

66 -- Temptrak Temperature Monitoring System

Notice Date
3/3/2021 12:49:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0333
 
Response Due
2/11/2021 8:00:00 AM
 
Archive Date
03/10/2021
 
Point of Contact
Wilmen.Joa@va.gov, Wilmen Joa, Phone: 757-315-3983
 
E-Mail Address
wilmen.joa@va.gov
(wilmen.joa@va.gov)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C24221Q0333 Temptrak Temperature Monitoring System and Accessories 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 11:00am EST, 02/10/2021 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 Wilmen.Joa@va.gov no later than 11:00am EST, 02/11/2021 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 36C24221Q0333. 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) 2020-08 effective August 13, 2020. The North American Industrial Classification System (NAICS) code for this procurement is 334513 with a business size standard of 750 employees. This solicitation is a 100% unrestricted brand-name only. List of Line Items; PART NUMBER DESCRIPTION QUANTITY UNIT PRICE TOTAL HARDWARE & SOFTWARE 10000-5-P-US BASE STATION - BUFFER AND RECEIVER 17 10050-US SIGNAL REPEATER 14 10110 WATERPROOF ENCLOSURE FOR 900 MHZ TRANSMITTER 12 10184 ARMORED LAB / CRYOGENIC RTD PROBE SHIELD 1 10400 TEMPTRAK ENTERPRISE SOFTWARE LICENSE & REMOTE INSTALLATION 1 TRANSMITTERS & PROBES 10071 INTERNAL TEMPERATURE + RELATIVE HUMIDITY TRANSMITTER 145 10113-032 NIST TRACEABLE SOLID SIMULATOR PROBE - 6' 72 10080-DT-032 NIST TRACEABLE INTERNAL/EXTERNAL TEMPERATURE TRANSMITTER 111 10113 SOLID SIMULATOR PROBE - 6' 137 10080-DT INTERNAL/EXTERNAL TEMPERATURE TRANSMITTER 252 10071-032 NIST TRACEABLE INTERNAL TEMPERATURE + RELATIVE HUMIDITY TRANSMITTER 30 10113-30 SOLID SIMULATOR PROBE - 30' 7 10080-10140-DW DISHWASHER TEMPERATURE TRANSMITTER KIT 2 10113-15-032 NIST TRACEABLE SOLID SIMULATOR PROBE - 15' 29 10113-15 SOLID SIMULATOR PROBE - 15' 5 10134-032 NIST TRACEABLE ARMORED LAB / CRYOGENIC RTD PROBE - 10' 1 10114 SOLID 5ML VIAL SIMULATOR PROBE - 6' 2 2020-032 NIST TRACEABLE LIQUID SUBMERSIBLE PROBE - 4' 1 10113-30-032 NIST TRACEABLE SOLID SIMULATOR PROBE - 30' 2 10117 LOW TEMPERATURE (TO -57C) SOLID SIMULATOR PROBE 9 10171 HIGH TEMPERATURE/DISHWASHER PROBE 1 10170 LOW/ULTRA-LOW TEMPERATURE PROBE 85 10170-032 NIST TRACEABLE LOW/ULTRA-LOW TEMPERATURE PROBE 7 10113-50 SOLID SIMULATOR PROBE - 50' 6 10100-DT OPEN/CLOSE CONTACT TRANSMITTER 146 10086 ANALOG INPUT TRANSMITTER 146   REQUIRED SERVICES (INSTALLATION & IMPLEMENTATION)   10732-B BASIC REMOTE TRAINING 49 FCS-SERVICES FCS-SERVICES - ENTERPRISE DESIGN & IMPLEMENTATION SERVICES 686 10727-NC NEW CUSTOMER - ON-SITE DEPARTMENTAL CONFIGURATION ASSISTANCE AND TRAINING (PER DAY) 1 10722-P1-6 I-CARE 24/7 REMOTE SUPPORT - PLATINUM PACKAGE - 1 YEAR OPTION - ($401K+ TOTAL SYSTEM VALUE) 1 10610 INSTALLATION 1 Description of Requirements for the items to be acquired --see Section (v) above, see attached Statement of Work, and see attached Brand Name Justification. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at the following locations: James J. Peters (Bronx) VAMC, 130 W Kingsbridge Rd, Bronx, NY 10468-3904 Award shall be made to the offeror whose quotation offers the best value to the government, considering price, and other factors. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name only Temptrak Temperature Monitoring System and Accessories. Non-manufacture ruling is adhered to and followed in this requirement. 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. 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. If the acquisition is set-aside for SDVOSBs/VOSBs, 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 TempTrak. (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 an authorized distributor of TempTrak with the capability of performing all requirements. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (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) [If $25K - $182K] FAR 52.225 5 Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) [If $182K - $250K] 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: N/A 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 52.214-21 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 Wilmen.Joa@va.gov by 11:00am EST, 02/11//2021 Name and email of the individual to contact for information regarding the solicitation: Wilmen Joa Wilmen.Joa@va.gov See attached document: Attachment 36C24221Q0333 Statement of Work 11-10-20. See attached document: Attachment 36C24221Q0333 Brand Name Justification TempTrak.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e218894db767484b92a6e5033ec6929a/view)
 
Place of Performance
Address: Department of Veterans Affairs James J. Peters VAMC 130 W Kingsbridge Rd,, Bronx, NY 10468-3904, USA
Zip Code: 10468-3904
Country: USA
 
Record
SN05932385-F 20210305/210303230116 (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.