Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOLICITATION NOTICE

65 -- CARBON DIOXIDE (CO2) INCUBATORS

Notice Date
7/12/2021 3:11:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0989
 
Response Due
7/20/2021 4:00:00 PM
 
Archive Date
08/19/2021
 
Point of Contact
Roger M. Martinez Jr., Contract Specialist, Phone: 562-766-2336
 
E-Mail Address
roger.martinez3@va.gov
(roger.martinez3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-05, dated March 10, 2021. Solicitation # 36C26221Q0989 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award. This procurement will be issued under a small business set aside. The North American Industry Classification System (NAICS) Code is 339113 and the Small Business Administration s (SBA) size standard of 750 Employees. The Government is seeking a contract to acquire a CO2 Incubator for the VA Long Beach Healthcare System (VALBHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics: CO2 incubators must have: Chamber capacity: At least 6 cubic feet (170L) interior volume Stainless steel surfaces removable humidity pan (copper) Event-based decontamination: Built-in, on-demand high temperature sterilization cycle Continuous contamination prevention: HEPA airflow and filtration Built-in HEPA timer / replace HEPA reminder Temperature: Direct heat Sensor accuracy +/- 0.1C Range: +5C above ambient to 50C Readability & setability: +/- 0.1C Uniformity: +/- 0.3C at 37C Temperature alarms (alarm will sound if temperature deviates from setpoint by 0.5C or more; can be modified by user) CO2: CO2 range of 0-20% TC sensor Readability: 0.1% Hi and low alarms (alarm will sound if CO2 deviates from setpoint by 0.5% or more; parameter can be modified by user) UI: Digital display, not touchscreen configurable option to set access code for changing settings Arrangement: Stackability Option to reverse door swing The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details. See attached SF 1449 Solicitation for Salient Characteristics, applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: VA Long Beach Healthcare System (VAMC) Supply Warehouse, 5901 E. 7th Street, Long Beach, CA 90822. Period of Performance: Within 90 days of placing order. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission. Submit all question(s) to Roger M. Martinez Jr. at roger.martinez3@va.gov no later than July 15th, 2021, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation # 36C26221Q0989 within subject line of the email. Quotes must be received by July 20th, 2021 by 4:00 PM PST. Email your quote to Roger M. Martinez Jr. at roger.martinez3@va.gov. Ensure to reference solicitation # 36C26221Q0989 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05073bd9d43c40a888ff9d5460d51bcc/view)
 
Place of Performance
Address: Department of Veteran Affairs VAMC Long Beach Supply Warehouse 5901 E. 7th Street, Long Beach 90822
Zip Code: 90822
 
Record
SN06058362-F 20210714/210712230120 (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.