Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2022 SAM #7491
SOLICITATION NOTICE

66 -- Millipore Sigma Water System

Notice Date
6/2/2022 2:59:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25022Q0697
 
Response Due
6/9/2022 2:00:00 PM
 
Archive Date
09/07/2022
 
Point of Contact
Gina P. Crank, Contracting Officer, Phone: 614.625.1236, Fax: 614.388.7500
 
E-Mail Address
gina.crank@va.gov
(gina.crank@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 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. The Government reserves the right to make no award from this solicitation.   This is a request for quote (RFQ), and the solicitation number is 36C25022Q0697. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2022-06, effective 05/01/2022. The associated NAICS Code is 333999, All Other Miscellaneous General Purpose Machinery Manufacturing.   The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Columbus VA Ambulatory Care Center a Millipore Sigma Water System for their Sterile Processing Service (SPS). The current Reverse Osmosis (RO) Water System is outdated and needs replaced. This Contract is to remove the current Millipore Sigma Water System and replace the existing Millipore Sigma RO Water System for the SPS Department. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only Millipore Sigma, or their Authorized Distributors are the only Contractors able to provide this requirement without any modification to our current electrical, plumbing or structures.   Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than June 9,  2022, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.    STATEMENT OF WORK (SOW) Contracting Officer s Representative (COR). Name: Can Van Section: Engineering Address: 420 North James Road, Columbus, OH 43219 Phone Number: 614-257-5309 Fax Number: 614-257-5312 E-Mail Address: Can.Van@va.gov 2. Contract Title. SPS Millipore Sigma RO Water System 3. Background. The Columbus VAACC requires RO water for the SPS department. The current RO water system is outdated and needs replaced. This contract is to replace the existing Millipore Sigma RO water system for the SPS department. 4. Scope. Provide all labor and materials to remove and replace the existing Millipore Sigma RO water system with new Millipore Sigma pure water system. Removal of the existing system and install of the new system must begin Saturday morning and must be completed and tested by Sunday evening. Contractor shall provide submittal drawings/documents to VA for review prior to production. Contractor responsible for: 5. Specific Tasks. Contractor shall provide all labor and material for: All interconnecting control wiring labor & materials between skids and components within the confines of the system. Labor for loading media, membranes, etc. at installation. Expendables such as chemicals, salt, etc. for initial startup. System startup. Operator training at completion of installation Customer is responsible for having all who must be trained available for this session. Requests for repeat or additional training will be scheduled at Millipore s convenience and may be invoiced at standard service rates. Field Service start-up report and sign-off form. Initial distribution loop sanitization (if purchased). Validation (IQ/OQ) documents and services Millipore will offer for purchase, to the final owner of the system, a Service Agreement after installation is completed. Delivery/ Installation: Please provide materials/ freight/ delivery/demo/installation costs of all items to Columbus VAACC 420 N James Rd, Columbus, OH 43219. Demolition of existing system and installation of the new system shall be completed in one day. Work can begin Saturday morning and must be completed and tested by Sunday evening. 6. Performance Monitoring COR or designee shall be available during the installation. If any issues arise the COR or designee must be notified immediately. New system must be fully operational and tested by 9:00p.m. the day the work begins. 7. Security Requirements No maintenance or installation of a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System, VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed under this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A. 9. Other Pertinent Information or Special Considerations. N/A. 10. Risk Control Contractor shall provide 11. Place of Performance. All items are to be delivered to the loading dock of the Columbus VAACC 420 N James Rd, Columbus, OH 43219. 12. Period of Performance. All labor to deliver items is to be completed by August 1, 2022. Exact delivery date will need to be coordinated with COR or designee. 13. Delivery Schedule. Shields need to be delivered no later than August 1, 2022. The 11 Federal Holidays observed by the Federal Government are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth Day June 19 Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25th The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB Millipore Sigma pure water system designed to produce up to 340 liters per hour, up to 6,800 liters/day (\R\ 1,795 gallons/day) of reverse osmosis purified water to an existing storage tank. Existing distribution equipment remains on site to deliver purified water to distribution piping loop LOCAL STOCK NUMBER: NA210000003833 Funding/Req. Number: 1 757-22-3-096-0376 GRAND TOTAL The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUNE 2020) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) 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 (OCT 2018) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses 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. The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (MAY 2016) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021 The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product. All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@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 award will be made to the response most advantageous to the Government. Responses should contain your best terms and 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. Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than June 9,  2022, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will 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 Gina P. Crank Contracting Officer Network Contract Office (NCO) 10 Office: 614-625-1236 Email: gina.crank@va.gov DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C250-22-AP-3962 Contracting Activity: Department of Veterans Affairs, VISN/NCO 10, Chalmers P. Wylie Ambulatory Care Center (VAACC) 420 N. James Road, Columbus, OH 43219. 2237# 757-22-3-096-0376 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The contractor to provide all labor and materials to remove and replace the existing Millipore Sigma RO Water System with new Millipore Sigma Pure Water System. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The current Millipore System is end of life. A new system is needed to replace current system. To avoid additional cost the new system needs configured for a direct replacement without any modification to the current electrical, plumbing, or structure. This will minimize the downtime. Also, the alarm system in SPS is already in place and won t require a modification. In addition, for an additional savings Millipore will provide a credit for turning in their current system. Description of market research conducted and results or statement why it was not conducted: Market research was conducted included speaking with Millipore Sigma Project Manager. Additional Market Research was completed by search of VIP using NAICS 333999 which resulted in 110 Contractors, adding key words resulted in 32 Contractors, however we believe Millipore Sigma, or their Authorized Distributors are the only Contractors able to provide this requirement without any modification to our current electrical, plumbing or structures. The VA Rule of Two is Unattainable. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ ________________________ Gina P. Crank Date Contracting Officer
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee5445850dfc488bab82d2d6b728b459/view)
 
Place of Performance
Address: Chalmers P. Wylie VA Ambulatory Care Center 420 N. James Road, Columbus, OH 43219, USA
Zip Code: 43219
Country: USA
 
Record
SN06346244-F 20220604/220602230114 (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.