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 -- -SUPPLIES-DECON SUPPLIES: Biohazard Protective Clothing Treatment area Tarps Gloves; PAPR System; Decontamination Shower,

Notice Date
9/29/2021 12:32:04 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
36C26221Q1156
 
Response Due
8/10/2021 3:00:00 PM
 
Archive Date
09/30/2021
 
Point of Contact
James Simms, James Simms, Phone: 562-766-2256
 
E-Mail Address
james.simms@va.gov
(james.simms@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description 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. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS Code: 339113 (Biohazard Protective Clothing/Gloves); 326191 (Shower Stalls, Plastic or Fiberglass, Manufacturing); 316210 (Protective Footwear, Plastics or Plastics Soled Fabric Upper, Manufacturing). The Department of Veterans Affairs VA Loma Linda Healthcare System, Loma Linda, California 92357 has a requirement for Biohazard Protective Clothing/Gloves (NAICS Code: 339113 (Biohazard Protective Clothing/Gloves); 326191 (Shower Stalls, Plastic or Fiberglass, Manufacturing); 316210 (Protective Footwear, Plastics or Plastics Soled Fabric Upper, Manufacturing). The Contractor shall furnish all materials/service at the Veterans Affairs VA Loma Linda Healthcare System, 11210 Benton Street, Loma Linda, California 92357. Request items listed below. All interested companies shall provide quotations for the following: Supplies/Services Item Description Unit Qty 1 Chemical Resistant Glove, 22mil, SZ - 11,PR MFG Brand Name: Ansell part No; 5AG52 EA 75 2 Chemical Resistant Glove, 22mil, Sz, 10, PR part No; 458T08 EA 100 3 Chemical Resistant Glove, 22mil, Sz, 8, PR MFG Brand Name; Condor part No; 458T06 EA 90 4 Chemical Resistant Glove, 11 mil, SZ 7, PR Manufacturer part No; 2TEH7 EA 91 5 Overboot, Men's, 14 to 16, PR MFG Brand Name: Treds Overboots Manufacturer Part No: 14853 EA 15 6 Overboot, Men's 10-1/2 to 11-1/2, PR MFG Brand Name: Treds overboots Manufacturer Part No: 14852 EA 25 7 Overboots, Men's, 8 to 10,PR MFG Brand Name: Treds Overboots Manufacturer Part No: 14851 EA 15 8 Hooded Disposable Coveralls,L,PK25 MFG Brand Name: Dupont Manufacturer Part No: TY127SHVLG0025XC EA 4 9 Collared Coverall, Elastic, Yellow, 2xl, PK2 MFG Brand Name: Dupont Manufacture Part No: BR125TYL2X000200 EA 40 10 Collared Coverall, Elastic, Yellow, XL, Pk2 MFG Brand Name: Dupont Manufacturer Part No: BR125TYLXL000200 EA 50 11 Collared Coverall, Elastic, Yellow, L, PK2 MFG Brand Name Dupont manufacturer Part No: BR125TYLLG000200 EA 50 12 10 Hour Lithium Battery pack MFG Brand Name: Sentinel XL Manufacturer Part No; S-2004 EA 35 13 PAPR System, Belt-Mounted, Cartridge HEPA MFG Brand Name: Sentinel Manufacturer Part No; S-3000-17 EA 35 14 Cartridge, Olive, Threaded, PK3 MFG Brand Name; Sentinel XL Manufacturer Part No: S-2016 EA 56 15 Treatment area Tarps, 4 pcs MFG Brand Name; DMS Manufacturer Part No; DMS 05004 EA 1 16 Wire Security cart, 900 lb.60in.L MFG Brand Name; Grainger Approved Manufacturer Part No; 1ECH1 EA 2 17 Decontamination Shower, Single, 43x46x88 MFG Brand Name; DQE Manufacturer Part No. HMK1101A EA 2 18 Decontamination Shower, Single, 26x57x87 MFG Brand Name; DQE Manufacturer Part No. HM2000 EA 2 19 Alkaline Battery Pk,5 Duracell Batteries MFG Brand Name. Sentinel XL Manufacturer part No. S-4013 EA 40 20 Battery, Alkaline, D, Everyday, PK12 MFG Brand Name. Grainger Approved Manufacturer part no. ALD-12PPJ EA 50 21 Hooded Coverall W/Boots, White, XL, PK25 MFG Brand Name. Dupont Manufacturer Part No. TY122SWHXL0025NF EA 7 22 None EA 2 23 None EA 1 All Shipping and Handling exceeding $249.00 will require a government bill of laden. COMPLETION OF WORK /DELIVERIES/BEFORE 09/30/2022. Delivery Terms: FOB Destination Place of Performance/Place of Delivery Department of Veterans Affairs VA LOMA LINDA HEALTHCARE SYSTEM 11201 BENTON STREET LOMA LINDA, CA 92357 The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items ADDENDUM: Applies to this acquisition and the following addenda to the provision. The Offeror s quotation shall be submitted electronically on company letterhead stationery to the Points of Contact identified in Contract Opportunities combined synopsis/solicitation announcement by the date and time indicated. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. Late submissions Offerors are responsible for submitting at the time specified. An offer received after the time specified is late and will not be considered. All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. SUBMISSION OF QUESTIONS Questions: All questions must be received by 08/10/2021 at 3:00 PM Pacific Time (PT). All questions submitted for this solicitation must be electronically sent to the following email address: james.simms@va.gov. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339113 (Size: 750 Employees). The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on August, 10 2021 at 3:00 PM PT. NO EXTRA TIME WILL BE GIVEN, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Offeror shall quote all line items under this requirement and the pricing terms of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote. Correspondence or questions may be directed to James Simms, Contracting Specialist at james.simms@va.gov with RFQ: 36C26221Q1156 - Biohazard Protective Clothing/Gloves in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote. Also, for verification of your SDVOSB and VOSB, please insured your business is register with the Office of Small and Disadvantage Business Utilization, here is the link: https://www.vip.vetbiz.va.gov/Search/AdvancedSearchForm. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Attention: www.sam.gov registration is required to be complete at time of submission of response. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov 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: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 852.212-71 Gray Market Items. (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) 852.219-10  VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Definition.  For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. All quoters shall submit the following: 1) quotes (with company letterhead) listing all requested line items, quantities, unit, unit price, extended price, delivery and installation, in-service training, warranty information, quote expiration date, salesperson/POC contact information. All quotes shall be sent to James Simms, Contract Specialist, NCO 22. Email: james.simms@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. 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 following are the decision factors: The award will be made to the response most advantageous to the Government. Exact match, and price. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 08/10/2021 at 3:00 PM PST with RFQ: 36C26221Q1156 - Biohazard Protective Clothing/Gloves in the subject line to james.simms@va.gov. All Shipping and Handling exceeding $249.00 will required a government bill of laden. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail with RFQ: 36C26221Q1156 - Biohazard Protective Clothing/Gloves in the subject line to the Point of Contact listed below. Point of Contact: James Simms, Contract Specialist James.simms@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4fda467e56d54a3fa49ddbf2de1f3551/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS VA LOMA LINDA HEALTHCARE SYSTEM 11201 BENTON STREET WAREHOUSE – 1C05, LOMA LINDA, CA 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN06147950-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.