Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2022 SAM #7348
SOLICITATION NOTICE

65 -- Pharmacy Hood Acquisition and Installation

Notice Date
1/11/2022 7:07:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q0216
 
Response Due
1/19/2022 8:00:00 PM
 
Archive Date
01/24/2022
 
Point of Contact
Ayanna S Hamilton, Ayanna Hamilton, Phone: 713-791-1414
 
E-Mail Address
Ayanna.Hamilton@va.gov
(Ayanna.Hamilton@va.gov)
 
Awardee
null
 
Description
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 3-10-2021 This solicitation is set-aside for Service Disable Veteran Owned Small Business (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1250 Employees The FSC/PSC is 6530. The Southeast Louisiana Veterans Health Care System (SLVHCS) is requesting to purchase Pharmacy IV Hood and Biological Safety Cabinet to install in the inpatient pharmacy area. See attach Statement of Work (SOW) All interested companies shall provide quotations for the following: Supplies/Services: Statement of Work Pharmacy IV Hoods and Installation PURPOSE The Southeast Louisiana Veterans Health Care System (SLVHCS) is requesting to install Pharmacy IV Hood and Biological Safety Cabinet for the inpatient pharmacy. SCOPE The Contractor shall provide, transport, and configure all listed equipment. All products must meet all salient characteristics defined in this section. All equipment must meet manufacturer and VA specifications. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery of the supplies and equipment. SALIENT CHARACTERISTICS: Suggested Manufacturer Brand name: Labconco Corporation Item # or Stock # Description/Part Number* Qty # 3873021 6 Horizontal Clean Bench 1 # 3401006 Base Stand for IV Hood 1 # 303481101 Biological Safety Cabinet Class II Type B2 1 6 Horizontal Clean Bench Quantity: 1 Suggested Manufacturer Brand Name: Labconco Catalog #: 3873021 or EQUIVALENT as follows: Specifications/Salient Characteristics: 6 Horizontal bench at least 24 in depth Horizontal laminar air flow over work area ISO Class 5 or better conditions ~120v/60Hz operation 0.3-micron HEPA filter Disposable prefilters Variable speed built-in motor Built in pressure gauge Stainless steel construction Fluorescent lighting IV bar Base Stand for IV Hood Quantity: 1 Suggested Manufacturer Brand Name: Labconco Catalog #: 3401006 or EQUIVALENT as follows: Specifications/Salient Characteristics: Telescoping base stand Able to support 6 wide, 24 deep laminar flow hood (see 2.4.1) Steel construction Provides adjustable working surface height of at least 30 , adjustable in 1 increments Leveling feet Biological Safety Cabinet Class II Type B2 Quantity: 1 Suggested Manufacturer Brand name: Labconco Catalog #: 303481101 or EQUIVALENT as follows: Specifications/Salient Characteristics: Negative pressure design HEPA filtered supply and exhaust Built-in LCD displaying filter life, alarm conditions, and alerts LED lighting located outside of work area Fully closing tempered glass sash that can open at least 20 Stainless steel construction Minimum 100fpm inflow air velocity Minimum 50fpm downflow air velocity Non-welded steel base stand DELIVERY AND SITE CONDITIONS: Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), 2400 Canal St, New Orleans, LA 70119. Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver specified items only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. Delivery will be coordinated through the COR. CONFIGURATION Configure all equipment to manufacturer s specifications maintaining Federal, and Local safety standards All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. The contractor shall coordinate all deliveries, staging areas, and parking arrangements with the COR. The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. WARRANTY: The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. END OF STATEMENT OF WORK 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: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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: 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 The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Price Proposal All quotes shall be sent to Ayanna.Hamilton@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. 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."" Submission of your response shall be received not later than January 6, 2022 at Ayanna.Hamilton@va.gov hand delivery will not be accepted. 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 to the Point of Contact listed below. Point of Contact Ayanna Hamilton, Contract Specialist Ayanna.Hamilton@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/389651ecfb8844b893200a7d9e1bacec/view)
 
Place of Performance
Address: Department of Veterans Affairs The Southeast Louisiana Veterans Health Care Syste 2400 Canal St., New Orleans, LA 70119, USA
Zip Code: 70119
Country: USA
 
Record
SN06214986-F 20220113/220111230112 (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.