SOLICITATION NOTICE
65 -- 596-22-2-1322-0007 - Ergonomic Workstations
- Notice Date
- 4/7/2022 3:09:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24922Q0295
- Response Due
- 4/14/2022 1:00:00 PM
- Archive Date
- 05/14/2022
- Point of Contact
- Martha Warren, Contract Specialist, Phone: No phone calls accepted
- E-Mail Address
-
Martha.Warren1@va.gov
(Martha.Warren1@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- 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 2022-01, effective 12/06/2021. This is a 100% Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing, with a small business size standard of 750 employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment, and Supplies. The Lexington VA Health Care System at 1101 Veterans Drive, Lexington, KY 40502 is seeking to purchase six (6) brand name or equal PureSteel Ergonomic Workstations. All interested vendors shall provide BRAND NAME OR EQUAL quotations for the following: Line Item Description QTY Unit Unit Price Extended Price 0001 PureSteel Ergonomic WorkStation PS-ERGTB-PT-HA-7232 The PureSteelT Ergonomic WorkStation is designed to enhance the packaging of instruments and instrument sets in reprocessing areas. Electro-mechanical height-adjustability allows users to find the most comfortable standing or sitting height during work. Features include: push button lifters to adjust work height and enable easy maintenance; 8 electrical outlets for wiring additional equipment. 72""L x 32""W height-adjustable workstation. 6 EA 0002 PureSteel Pegboards PS-PB-7224-S PureSteelT Pegboards allow back wall organization of accessories & tools at an ergonomic and easily reachable height for staff. Adjusts with height-adjustable equipment. Also allows for channeling and organization of power cords. 72""L x 24""H pegboard, standard pegs throughout. 6 EA 0003 Pre-Installed LED Working Surface Light PS-TB-LGHT Pre-installed LED light into the working surface of the PureSteelT Ergonomic Work Station. Allows technicians to inspect woven and non-woven material for defects and quality. Features a dimmer switch to adjust light intensity. 6 EA 0004 Wall-Mounted Rail for PureSteel Plastic Shelf Bins PS-PSBR-24x3 Wall mounted rail for PureSteel Plastic Shelf Bins. Allows flexible installation and management of bins on pegboards and walls. Includes mounting hardware. 24""L x 3""H. 6 EA 0005 Plastic Shelf bins that hang to pegboards PS-PSB-5.5x11x5 Plastic shelf bins that hang to PureSteel pegboards and organize tools and accessories at an easy to reach height. 5.5""W x 11""L x 5""H 30 EA 0006 Factory installation of back walls, pegboards, accessories, electrical wiring and channeling, and product assembly. Final polish and cleaning included. PS-INSTALL-T3 6 EA 0007 Delivery and Handling 1 EA TOTAL All interested vendors shall provide Estimated Delivery Schedule ARO (after receipt of order) of all quantities after receipt of order to the following location: Department of Veterans Affairs Lexington VA Health Care System 1101 Veterans Drive Lexington, KY 40502 Invoices shall be submitted in arrears upon acceptance of all products. NOTE: Vendors submitting a quote shall provide evidence, along with quote and estimated delivery schedule, of being an authorized OEM Reseller for the quoted products. Award will be based on the Best Value to the Government. Evaluations will be based on: Delivery Schedule Technical Acceptance Price Sterile Preparation & Packaging Workstations Salient Characteristics for the Lexington VA Health Care System The workstation must be stainless steel Workstation must have motorized height adjusting capability Workstation must include shelving/bin storage/organization rails. Pegboard wall to customize shelving/bin layout as needed. Work surface of the workstation should include LED light built into surface for wrap/instrument inspection. Workstation should include multiple electrical outlets to use with additional electrical equipment. Workstations should include connections to mount computers. The following Commercial Items clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS Jun 2020 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Oct 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Aug 2020 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT Nov 2021 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Nov 2021 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS Nov 2021 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE Sep 2021 52.222-3 CONVICT LABOR Jun 2003 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES Jan 2020 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION Nov 2021 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 52.225-3 BUY AMERICAN-FREE TRADE AGREEMENTS Jan 2021 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Feb 2021 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Nov 2021 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION) Mar 2020 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION) Nov 2020 FAR 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 90 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 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020); (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) The following provisions apply to this solicitation: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Aug 2020 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Nov 2021 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES The following factors shall be used to evaluate offers: Past Performance and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows: Past Performance. The past performance evaluation will be based on the Contracting Officer s knowledge of and previous experience with the supply being acquired and a review of the Contractor Performance Assessment Reporting (CPARS) and/or other available information. Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination) (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of Provision) Submission of your response shall be received not later than 1:00 pm CT, on April 14, 2022, via email to martha.warren1@va.gov. 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 not later than 1:00 pm CT, on April 12, 2022, via the same email address. Questions received later than this time/date may not receive a response. Point of Contact Martha Warren Contract Specialist Network Contracting Office 9 martha.warren1@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/067a6b54e9ee4d7d8cee09355243d4bb/view)
- Place of Performance
- Address: Department of Veterans Affairs Lexington VA Health Care System 1101 Veterans Drive, Lexington, KY 40502, USA
- Zip Code: 40502
- Country: USA
- Zip Code: 40502
- Record
- SN06292551-F 20220409/220407230102 (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 |