Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2021 SAM #7244
SOLICITATION NOTICE

65 -- Brand Name Only Aesculap Sterilization Containers, Baskets and Supplies

Notice Date
9/29/2021 2:03:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0996
 
Response Due
9/30/2021 12:00:00 PM
 
Archive Date
10/30/2021
 
Point of Contact
Dane Gift, Contract Specialist, Phone: 360-816-2762
 
E-Mail Address
Dane.Gift@va.gov
(Dane.Gift@va.gov)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. 2. This is a Request for Quote (RFQ) and the solicitation number is 36C26021Q0996. The Government anticipates awarding a firm-fixed price purchase order contract resulting from this solicitation. 3. This is a BRAND NAME ONLY solicitation for AESCULAP, INC. STERILIZATION CONTAINERS, BASKETS AND SUPPLIES. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 effective August 11, 2021. 4. This solicitation is Unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 Employees and the PSC is 6515. All interested companies shall provide quotations, including pricing as a part of this solicitation. 5. Equipment Needed: Item # Item Code Description Quantity Unit Unit Price Amount 0001 JE601 LID FOR WIDE BODY CONTAINER 7 EA 0002 JF112R 1/2 SIZE PERF BASKET 243X253X56MM 63 EA 0003 JF113R Wire basket for Half-size Rigid container 64 EA 0004 JF114R 1/2 SIZE PERF BASKET 243X253X106MM 5 EA 0005 JF222R 1/1 SIZE PERF BASKET 540X253X56MM 26 EA 0006 JF223R Wire basket for Full-size Rigid container 170 EA 0007 JF224R 1/1 SIZE PERF BASKET 540X253X106MM 5 EA 0008 JF232R EXTRA LONG-SIZE PERF BASKET 26 x10 x2 1/4 12 EA 0009 JF252R 3/4 SIZE PERF BASKET 406X253X56MM 32 EA 0010 JF253R 3/4 SIZE PERF BASKET 406X253X76MM 119 EA 0011 JF254R 3/4 SIZE PERF BASKET 406X253X106MM 10 EA 0012 JF833R WIDE BODY PERFOR.BASKET 540X344X74MM 7 EA 0013 JF945 Silicon mat for 1/2 basket 64 EA 0014 JF947 SILICONE CUSHIONING PAD 3/4 SIZE 139 EA 0015 JF949 Silicon mat for 1/1 basket 126 EA 0016 JG285R TRAY WITH LID 274X172X60MM 11 EA 0017 JG330 SILICONE CLAMP WITH FIXATION CLAMP 15MM 94 EA 0018 JG331 SILICONE CLAMP WITH FIXATION CLAMP 25MM 102 EA 0019 JG335 SILICONE CLAMP WITH FIXATION CLAMP 10MM 8 EA 0020 JG340 SILICONE CLAMP D:5MM 21 EA 0021 JG343 SILICONE CLAMP D:10MM 4 EA 0022 JG344 SILICONE CLAMP D:12MM 8 EA 0023 JG368 SILICON SUPPORT FOR RIGID SCOPES 40 EA 0024 JK340 Half-size Rigid container for single level 36 EA 0025 JK341 BOTTOM FOR 1/2 CONTAINER HEIGHT:120MM 45 EA 0026 JK342 BOTTOM FOR 1/2 CONTAINER HEIGHT:135MM 5 EA 0027 JK389 1/2-SIZE LID W/RETENTION PLATE SILVER 86 EA 0028 JK440 Full-size Rigid container for single level 44 EA 0029 JK441 BOTTOM FOR 1/1 CONTAINER HEIGHT:120MM (23 1/4x 10 3/4 x 4 3/4) 134 EA 0030 JK442 BOTTOM FOR 1/1 CONTAINER HEIGHT:135MM 57 EA 0031 JK443 EXTRALONG CONTAINER BOTTOM 120MM 12 EA 0032 JK444 Full-size Rigid container for 2 level rack 1 EA 0033 JK489 FULL-SIZE LID W/RETENTION PLATE SILVER 232 EA 0034 JK490 X-LONG LID W/RETENTION PLATE SILVER 12 EA 0035 JK470 BOTTOM FOR 3/4 CONTAINER HEIGHT:90MM 32 EA 0036 JK471 BOTTOM FOR 3/4 CONTAINER HEIGHT:120MM 124 EA 0037 JK744 BOTTOM FOR 3/4 CONTAINER HEIGHT:187MM 3 EA 0038 JK789 3/4-SIZE LID W/RETENTION PLATE SILVER 163 EA 0039 JK817 BOTTOM MODULE CONTAINER 589X363X107MM 6 EA 0040 JK821 BOTTOM MODULE CONTAINER 589X363X167MM 1 EA 0041 JK095 DENTAL CONTAINER 312X190X92MM 11 EA 0042 JS340 S2 1/2-CONT.BOTTOM PERFOR.H88MM H2O2 44 EA 0043 JS389 S2 1/2-CONTAINER LID H2O2 44 EA 0044 JS441 S2 1/1-CONT.BOTTOM PERFOR.H118MM H2O2 64 EA 0045 JS489 S2 1/1-CONTAINER LID H2O2 64 EA 0046 JS741 S2 3/4-CONT.BOTTOM PERFOR.H118MM H2O2 8 EA 0047 JS789 S2 3/4-CONTAINER LID H2O2 8 EA 0048 MD334 PROCESS INDICAT. CARD STERILCONTAINER S 5 EA 0049 MD344 ROUND FILTER POLYPROPYLENE 2 EA 0050 MD346 STERILIZATION INDICATOR 2 EA 0051 MD355 RECTANGULAR MINI FILTERS 4X9 SMS POLYPRO 2 EA 0052 MD365 ARTHROSCOPY RACK 8 EA 0053 MD895 QUARTER-SIZE INSTRUMENT PAD 7 EA 0054 US905 ETO STERILIZATION LOCKS GREEN 1000/PAC 2 EA 0055 US906 STEAM STERILIZATION LOCKS 3 EA 0056 US910 STERILCONTAINER S STER LOCKS PINK 3 EA Grand Total 6. Place of Performance/Place of Delivery Portland VA Medical Center Warehouse 1601 East Fourth Plain Blvd. Vancouver, WA Postal Code: 98661 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 7. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.214-21 Descriptive Literature (a) Gray market items are Original Equipment Manufacturers (OEM Stryker) 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. (b) 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. (c) 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. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) 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. (f) 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. (g) 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. (End of Addendum to 52.212-1) 10. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. the following factors shall be used to evaluate offers: (a) Technical Compliance: Only Brand Name items will be accepted. (b) Price: Price - The offeror shall complete the pricing schedule provided in Section (5) above: Price/Cost Schedule. (c) Proof of Meeting the Special Standards of Responsibility: The offeror must provide proof of being an authorized distributor of the manufacturer to be considered for award. 11. 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. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 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) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause: 852.203-70 Commercial Advertising 852.212-71 Gray Market Items (APR 2020) 852.232-72 Electronic Submission of Payment Requests. 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods 12. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 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) 52.219-8 Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.219-33 Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-1 Buy American--Supplies (JAN 2021) (41 U.S.C. chapter 83) 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) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 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 dane.gift@va.gov and received no later than 15:00 PM EST on 09/30/2021. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. The Government intends to make award without discussions. 16. For information regarding the solicitation, please contact Dane Gift at Dane.Gift@va.gov. DEPARTMENT OF VETERANS AFFAIRS DEPARTMENT OF VETERANS AFFAIRS SOLE SOURCE JUSTIFICATION UNDER SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS IN ACCORDANCE WITH FAR 13.5 Acquisition Plan Action ID: 36C260-21-AP-2956 Contracting Activity: Department of Veterans Affairs, Regional Procurement office West, Network Contracting Office 20, in support of VISN 20, Portland VA Medical Center (VAMC). Nature and/or Description of the Action Being Processed: This procurement is a Brand Name Only request for sterilization containers and baskets for replacement and supplemental stock at the Portland VAMC in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. This is a new requirement for a firm fixed price contract for sterilization containers for replacement of worn out and supplemental stock. This action will be awarded as a new Firm-Fixed price contract. Description of Supplies/Services 3. : The estimated value of the proposed action is $xxxxx. Portland VAMC is purchasing sterilization containers for replacement and supplemental stock. This includes purchase of compatible support devices for trays needed for current containers. Currently, all of the sterilization containers at the Portland VAMC are Aesculap containers. Last year the Portland VAMC made a concerted move to achieve uniformity with all of their sterilization containers in accordance with VHA Directive1116(2). This move was made so that they could address maximizing their on-site supply stock in a manner that would not pose a safety hazard to their employees. Thus, the replacement and new stock must be compatible with the current Aesculap products. Statutory Authority Permitting Restricted Competition: FAR 13.5 Simplified Procedures for Certain Commercial Items. The statutory authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. ยง 1901 and is implemented by FAR 13.106-1(b)(2) for restricting competition on this procurement. Competition is restricted on this procurement for the reason below: (X) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements ( ) Unusual and Compelling Urgency ( ) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services ( ) International Agreement ( )Authorized or Required by Statute ( ) National Security ( ) Public Interest Demonstration that the C Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The Portland VAMC currently has 100% Aesculap storage containers and baskets. The medical center needs to maintain this standardization for patient and staff safety. Having multiple different type of containers and baskets impacts the operations of the Sterile Processing Service (SPS) process and procedure, interchangeably of parts, required consumables, and storage. The Medical Center has limited storage space for sterilization containers, these containers can be stacked three high and -setting balanced storage and safe stacking. This creates a safety hazard for staff and could result in damage to cases and surgical instruments. Moreover, the Portland VAMC does not currently have the additional space available to separately store sterilization containers of multiple brands. No other sterilization container brand can be safely stacked with the existing stock of Aesculap containers. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: At the contracting station market research has been conducted through review of vendor websites, as well as industry standards and best practices. Additionally, an RFI (36C26021Q0847) was posted on 8/26/2021 to gather more information on the available products in the current marketplace. Multiple vendors responded including Trillamed, Case Medical, L1 Enterprises and V. Mueller a Genesis. A follow-up email was sent to all of these companies requesting dimensions and specifications of their sterilization containers with specific attention paid to the manner in which they may stack upon one another in a safe manner. Through all of this research no other brand was found to be compatible with the Aesculap products already on-hand at the Portland VAMC (through contract 36C26020F0732). As a result of the above market research, it is the view of the contracting station that this requirement be treated as a Brand Name sole-source justification, and that any follow-on Request for Quotes that may come as result of adherence to the Non-Manufacturer Rule include Brand Name language and salient characteristics. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: An Independent Government Cost Estimate (IGCE) was developed for this procurement and market research was conducted that affirmed this IGCE for this type of service. Additionally, this procurement will be purchased off of an existing FSS contract which had been determined to be fair and reasonable at the time of award. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: In addition to the market research conducted by the contracting station described above in Section six (6), market research was conducted by the requesting station to verify the unique product features of Aesculap sterilization containers and to check that no other manufacturer is producing sterilization containers with compatible features. Currently, all of the different producers of these sterilization containers utilize their own unique stacking features which prevent safe stacking with containers of other manufacturers. Due to this highly unique product feature, no other vendors can support this procurement request besides the OEM, Aesculap through their authorized SDVOSB business partner, Trillamed. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: In response to the RFI (36C26021Q0847) posted on 8/26/2021 the contracting station received written interest and valuable market research information from Trillamed, Case Medical, L1 Enterprises and V. Mueller a Genesis. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: The government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future similar actions to be competed and will continue to monitor the specific needs of the Portland VAMC for any changes that may allow for more competition in future similar procurements. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. _ _ Name Date Portland VAMC Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _ CONTRACTING OFFICER SIGNATURE DATE Michael Allred, Contacting Officer NCO 20_ NAME AND TITLE FACILITY/NCO/PCO One Level Above the Contracting Officer (Required over SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. SIGNATURE DATE Peggy Bowen Division 1, Chief
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/25478c0e4c2845c1bad16260c1e59024/view)
 
Place of Performance
Address: Department of Veterans Affairs Portland VA Medical Center Warehouse 1601 East Fourth Plain Blvd., Vancouver, WA 98661, USA
Zip Code: 98661
Country: USA
 
Record
SN06147948-F 20211001/210930203830 (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.