Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2021 SAM #7201
SOLICITATION NOTICE

56 -- Biotec Cabinets

Notice Date
8/17/2021 11:06:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25721Q1311
 
Response Due
9/3/2021 2:00:00 PM
 
Archive Date
11/02/2021
 
Point of Contact
Shannon Hodgson, Contract Specialist, Phone: 202-669-5683
 
E-Mail Address
shannon.hodgson@va.gov
(shannon.hodgson@va.gov)
 
Awardee
null
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25721Q1311 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB). In order to be eligible for award an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. NAICS Code: 339114 and Size Standard is 750. Introduction: The Government intends to award a firm fixed price contract based on this solicitation. Description of Services: Brand Name Only: Biotec Dental Cabinets Place(s) of Performance: Lubbock VA Health Clinic 3510 4th St. Lubbock, TX 79412 Type of Contract: A Firm Fixed Price Period of Performance: ASAP Pending production lead times EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a contract to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall award a contract resulting from this solicitation. The following factors shall be used to evaluate offers:  Vendor is a certified Service-Disabled Veteran-Owned Small Business (SDVOSB). Vendor must be registered in SAM with applicable NAICS code by the close of solicitation. Technical Approach: The Government will evaluate how the offeror s approach meets the requirements in accordance with the solicitation and Statement of Work and indicates a thorough approach and understanding of the requirements. -Vendor must provide a Letter of Authorization: A letter of authorization is required from the Original Equipment Manufacturer (OEM) stating that contractor is an authorized distributor/reseller of the offered items. -Vendor must submit Biotec CAD drawings (including shop drawings) and specifications for the line items. Must provide exact fit and match to existing cabinets. Price: Price will be evaluated independently of the non-price factors. Statement of Work 1 Introduction The Lubbock VA Healthcare Clinic has a requirement to purchase Upper cabinets (wall mounted) in rooms 802, 804, 806, 808 Dental Treatment Rooms; Lower cabinets (base cabinets) and upper cabinets (wall mounted) in Oral Surgery room 810. Specific cabinets needed to match existing cabinets. Table 1 Package Items Summary Item Number Item Description Quantity D0685 Brand Name Only: Biotec Upper Wall Cabinets (wall mounted) to match the base cabinets-Laminate-Studio Teak 8 D0685A Brand Name Only: Biotec Upper Wall Cabinets (wall mounted) and lower base cabinets to match all others in the dental suite-Laminate Studio Teak; Countertops Glacier White 1 2 General Conditions 2.1 Site Address 2.1.1 The address of the Lubbock VA Healthcare Clinic is listed below. Additional information on delivery is located in section 2.4. Lubbock VA Health Clinic 3510 4th Street Lubbock, Texas 79412 2.2 Delivery Schedule Delivery and Installation is to be as soon as possible. 2.3 Schedule and Order Management 2.3.1 The above delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 90 days due to construction delays. 2.3.2 The awardees actual delivery dates will be confirmed by VA upon award. 2.3.3 Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. 2.4 Delivery and Receiving 2.4.1 Delivery and receipt of the proposed items is anticipated to be directed to the location identified in section 2.1.1. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA Logistics POC Wade Melik, 806-468-1843 or Michael Lucas (secondary), 806-355-9703, x 7339 prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. Vendor responsible for conducting a site visit to verify logistics and loading dock access/egress. 2.4.2 Delivery shall be freight on board (FOB) Destination and include complete to delivery to the Dental suite where the product will be installed. 2.4.3 The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. 2.4.4 The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. 2.4.5 Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. 2.4.6 Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. 2.4.7 Delivery and Installation includes: Offloading the equipment from the truck, moving the equipment to the correct delivery location in the space, uncrating or unboxing the equipment and removing all trash, setting up the equipment according to the manufacturers specification and testing the equipment to verify that it is operational. Equipment installation paperwork & warranty information must be handed to the approved government contact onsite. See Sections 2.8, 2.9, & 2.10 below. 2.5 Clean Up and Disposal 2.5.1 There are no dumpsters available for vendor use. 2.5.2 The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. 2.6 Deliverables 2.6.1 The vendor shall provide shop drawings prior to manufacturing and receive sign off by VA POC. Drawings enclosed as part of the package are to be used as the basis for the shop drawings. 2.6.2 The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. 2.7 Delivery, Assembly and Installation is required 2.7.1 The vendor is required to deliver and install at the LVAHC with the VA POC. 2.7.2 On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. 2.7.3 The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. 2.7.4 The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 2.7.5 The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. 2.7.6 During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and LVAHC. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The POC may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. 2.8 Standard Warranty 2.8.1 The products shall be covered by vendor s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following: 1 YEAR 2.8.2 The warranty period set forth therein shall be for one year following the first patient seen day of the LVAHC; 2.8.3 The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor; 2.8.4 The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and 2.8.5 The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. 2.9 Use of Premises 2.9.1 If during the performance of this contract, work will be carried out on LVAHC premises, the vendor shall perform all work in such a manner that will cause a minimum interference with LVAHC operations and the operations of other contractors on the premises. 2.9.2 The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities. 2.9.3 The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). 2.9.4 The vendors shall abide by all rules and regulations set forth by the LVAHC due to the Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on the LVAHC campus grounds. QUOTE/OFFER SHOULD BE BROKEN DOWN AS FOLLOWS: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 8.00 EA __________________ __________________ Brand Name Only: Biotech Dental Cabinets - C-Series Upper Cabinets Upper cabinets for DTR's Rooms #802, 804, 806, 808 C-Series 2300 Uppers - Overall Estimated Dimensions: 14"" Depth, 83"" Width, 28"" Height, exact dimensions are the responsibility of the vendor and shall be provided by vendor in submitted drawings. 1101 (Qty 2) - Wall Mount Single Door Cabinets 1107 (Qty 1) - Wall Mount Cup & Towel 70008 2 Glove Dispensers, 1 in each door (Qty 1) - Open Wall Mount with laminated adjustable shelves Configuration from left to right: 1101, Shelves, 1107 (2 glove dispensers), 1101 Color: Wilsonart Studio Teak Grommets/Vents: White *See Attachment 1 and 2 for facility floorplan 0002 1.00 EA __________________ __________________ Brand Name Only: Biotech Dental Cabinets - Upper and Lower cabinets Upper and Lower cabinets for Oral Surgery Room #810 C-Series 2300 Upper and Lower Cabinets Upper Cabinets - Overall Estimated Dimensions: 18"" Depth, 147"" Width, 27"" Height, exact dimensions are the responsibility of the vendor and shall be provided by vendor in submitted drawings. 1102 (Qty 2) - Wall Mount Double Door 1104 (Qty 2) - Wall Mount Double Door 1101 (Qty 1) - Wall Mount Single Door 1107 - Wall Mount Cup and Towel 70008 - 4 Glove Dispensers (2 in each door) Configuration from left to right: 1102, 1104, 1101, 1107 (4 glove dispensers), 1104, 1102 Lower Cabinets Side One - Overall Estimated Dimensions: 18"" Depth, 63"" Width, 31"" Height, exact dimensions are the responsibility of the vendor and shall be provided by vendor in submitted drawings. 1066 (Qty 1) - 5 Drawer 1064 (Qty 1) - 4 Drawer 1068 (Qty 1) Appliance Configuration from left to right: 1066, 1064, 1068 Lower Cabinets Side Two - Overall Estimated Dimensions: 18"" Depth, 49"" Width, 31"" Height, exact dimensions are the responsibility of the vendor and shall be provided by vendor in submitted drawings. 1066 (Qty 1) - 5 Drawer 1064 (Qty 1) - 4 Drawer Configuration from left to right: 1164, 1066 Color: Wilsonart Studio Teak Countertops: Glacier White Corian w/backsplash, coved (1/2"") *See Attachment 3 for facility floor plan 0003 1.00 JB __________________ __________________ Wall Supports and Installation of all items GRAND TOTAL __________________ Existing Cabinet Picture: DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0003 SHIP TO: Department of Veterans Affairs Amarillo VA Medical Center Lubbock VA Clinic 3510 4th St. Lubbock, TX 79412 USA ALL MARK FOR: Wade Melik 806-468-1843 wade.melik@va.gov The following clauses and provisions apply to this solicitation: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Contract Clauses: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 180 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203 70, Commercial Advertising. 852.246 71, Rejected Goods. VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERICAL ITEMS (JAN 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) 52.219-28, Post Award Small Business Program Representation (NOV 2020) 52.219-33, Nonmanufacturer Rule (MAR 2020) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American Supplies (JAN 2021) Solicitation Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) (JUL 2020) (DEVIATION) VAAR 852.273-70 LATE OFFERS (JAN 2003) SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov.  Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. The offeror shall submit all items listed in the Technial Approach section under the Evaluation section above. Site Visit Information: Offerors or quoters are urged and expected to inspect the site and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit will be held on Wednesday, August 25th 2021 at 10:00 AM CST at the location specified in the Delivery Schedule. Vendors are to meet at the front desk in the lobby. Upon building entry there will be COVID screening and then each vendor will receive a badge. Please see attachment 3, AUSH Visitation Memorandum for more COVID details. POC for the site visit is Wade Melick, wade.melick@va.gov, 806-472-3400 ext. 3475. Deadline for questions will be Monday, August 30th at 2:00 PM CST. Answers provided to questions received after the deadline are at the discretion of the Contracting Officer. Quotes must be received no later than Friday, September 3rd 2021, 4:00 pm CST. Email your quote to shannon.hodgson@va.gov. The subject line must specify 36C25721Q1311 Biotec Dental Cabinets. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. End of Document Attachment 1 Attachment 2 Attachment 3 Attachment 4
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/556006ce23d444ee88d6e5d2517b499c/view)
 
Place of Performance
Address: Department of Veterans Affairs Amarillo VA Healthcare System Lubbock VA Health Clinic 3510 4th St., Lubbock 79412
Zip Code: 79412
 
Record
SN06100351-F 20210819/210817230122 (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.