Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2022 SAM #7585
SOLICITATION NOTICE

65 -- AMSCO Drying Cabinet Steris product

Notice Date
9/4/2022 9:35:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q1158
 
Response Due
9/12/2022 7:00:00 AM
 
Archive Date
11/26/2022
 
Point of Contact
edward.sullivan@va.gov, Ed Sullivan, Phone: (802) 295-9363 ext 6281
 
E-Mail Address
Edward.Sullivan@va.gov
(Edward.Sullivan@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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 Employees. The FSC/PSC is 6515. VAMC Boston located at 150 Huntington Ave Jamaica Plain, MA 02130 is looking to purchase AMSCO products made by Steris corporation for various locations in the facility. All interested companies shall provide quotations for the following: Qty Description 1 AMSCO Drying Cabinet, Pass through, 29in, Purge, 120V, English Contract: GR VIZIENT CE2563 CLEANING & DECONTAMINATION ACCOMMODATION TIER 4 1 Install AMSCO Drying Cabinet - Pricing Includes Evening/Weekend Installation Labor 1 Total Care Connect AMSCO 7052HP 1 AMSCO 7052HP, 200-208V, 3 Ph, 60 Hz, Steam heated Contract: GR VIZIENT CE2563 CLEANING & DECONTAMINATION TIER 4 1 Deinstall AMSCO 7052HP - Pricing Includes Evening/Weekend Installation Labor 1 Install AMSCO 7052HP - Pricing Includes Evening/Weekend Installation Labor 1 Disposal of Washer - Pricing Includes Evening/Weekend Installation Labor 2 Auto Docking Transfer Cart for Standard Chamber Washer. Adapter for Washer or SCS required (FD209) Contract: GR VIZIENT CE2563 CLEANING & DECONTAMINATION TIER 4 2 Auto Docking Transfer Cart Adapter for 7052/7053 Washers Contract: GR VIZIENT CE2563 CLEANING & DECONTAMINATION TIER 4 2 3 Level Manifold Rack 1 Total Care Connect AMSCO Drying Cabinet Statement of Work AMSCO® 7052HP Washer Disinfector The only washer/disinfectors with a validated cycle for select da Vinci® EndoWrist surgical instruments.* Fastest instrument cycle time on the market** 16 minutes Uses as low as 23 gal. water/cycle Process up to 300 DIN trays/8-hour day The AMSCO® 7052HP Washer/Disinfector offers the industry s fastest cycle time, combined with innovated utility saving features to provide low water consumption. THE FIRST AND ONLY WASHER/DISINFECTORS WITH A VALIDATED CYCLE FOR SELECT da Vinci® EndoWrist INSTRUMENTS. The first of its kind, the AMSCO 7052HP Washer/Disinfector delivers a validated process for cleaning reusable da Vinci® X/Xi and S/Si EndoWrist® instruments. The new RAS (Robotic Assisted Surgery) Cycle, RAS 12 Racks and Prolystica® Ultra Concentrate HP Enzymatic and Neutral Chemistries are specifically designed to automate the cleaning and disinfection process for da Vinci devices delivering optimal outcomes and saving you time. How the AMSCO® 7052HP Washer/Disinfector Works High impingement washing powers away soils, while providing ANSI/AAMI ST 15883-2 and ISO 15883-2 compliant thermal disinfection. Touch screen controls allow easy operation for cleaning and intermediate-level disinfection of reusable surgical instruments and utensils. The RAS Racks are used in the RAS Cycles of AMSCO 7052HP and 7053HP Single-Chamber Washer/Disinfectors for the effective cleaning, rinsing, drying and intermediate level disinfection of reusable da Vinci X/Xi and S/Si EndoWrist instruments. AMSCO® 7052HP Fastest Cycle AMSCO® 7053HP Most Throughput Instrument Cycle Time 16 Minutes 24 Minutes DIN Trays/Cycle 10 15 DIN Trays per 8-Hour Shift 300 Trays 300 Trays Gallons per Cycle 23 Gallons 31 Gallons Spray-Arm Cleaning Removable spray arm nozzle for easy cleaning Pin-less, tool-less design with innovative shape to prevent clogging Washer Dimensions 42 x 80-3/4 x 32"" (1067 x 2051 x 813 mm) 42 x 80-3/4 x 38"" (1067 x 2051 x 965 mm) Why Choose the AMSCO® 7052HP Washer/Disinfector? RAS Cycle Means Fewer Steps, More Productivity  Automation reduces time and variability driving consistency when processing robotic instruments. Productivity  Unlock the fastest cycles times with Prolystica HP Chemistries, reducing cycle time by 2 minutes. Fast Cycle Washer Disinfector  Fastest instrument cycle time on the market** - 16 minutes. Sustainable Drive Savings  Combining fast, effective cycle times with reduced water consumption minimizes environmental impact while reducing utilities usage. Uses as low as 23 gallons of water per cycle. Easy Cycle Selection with icon based touch screen control panel. Dislodge Stubborn Soils from cannulated devices with up to 12 lumen flushing hoses. Stay on Schedule and Be Informed with visual cycle progress notifications. LED lighting across the front of the washer illuminate White while cycles are in progress, Green when a washer is available, and Red if the washer requires attention. Electronic Record Management with ConnectAssure Technology Seamlessly connect and get immediate results from AMSCO 7000 Series Washer/Disinfectors with ConnectAssure Technology. Whether data is sent to your facility's tracking system such as SPM Surgical Asset Tracking Software or the ConnectAssure application, your cycle information is available with the click of a mouse for essential compliance reporting. AMSCO® Drying Cabinets Help to dry hard-to-reach lumens after manual cleaning, minimizing the risk of compromising the subsequent sterilization or high-level disinfection process Protect devices with exact digital control of surgical instrument drying cabinet temperature Optimize workflow with stand-alone and pass-thru configurations Dual filtration removes 99.97% of particulates from the air AMSCO Drying Cabinets deliver unrivaled precision with exact temperature control, timers for every shelf and high efficiency particulate air (HEPA) filtration protecting your patients and devices. How AMSCO Drying Cabinets Work AMSCO Drying Cabinets provide a safe and effective environment in your Sterile Processing Department (SPD) to dry heat and/or moisture-sensitive devices including various light cords, drills, batteries, cameras and more. Through precise user-set temperature control, this surgical instrument drying cabinet provides warm HEPA filtered air that fills the chambers to facilitate drying excess moisture from medical devices. Set customizable timers to meet facility guidelines for device dry times. Why AMSCO Drying Cabinets? Safeguard the integrity of heat-sensitive devices with exact digital control up to 58° C/136.4° F Surgical instrument drying cabinet monitors the temperature and will pause heating when it reaches the supervisor-set maximum temperature Dual filtration, including a HEPA filter and a prefilter, to remove 99.97% of particulates from the air Configurations and features to meet your workflow and instrument dryer needs including standalone or pass-thru cabinets, shelves and scope hangers Easy-to-clean stainless-steel construction and removable/washable shelves and drip pans Optional air purge helps to dry hard-to-reach lumens Available in multiple configurations (with or without air-purge) including a 38"" double door, and a single-door 29 model allowing for wider trays such as those for robotic instruments Interested in Drying Endoscopes? Endoscopes should be dried after manual cleaning to minimize the risk of compromising the subsequent sterilization or high-level disinfection process. Purchase the air-purge option for your new or existing AMSCO Drying Cabinet and use the luer lock connector to connect to the lumen port of your scope. Using an additional scope connector will allow you to connect to 1-3 ports simultaneously. For specific scope connectors, use our Endoscope Drying Accessories Matrix to determine which connectors you may need. Three Level Vision Manifold Rack This three level rack is multi-functional and is designed to hold a maximum of 6 trays of surgical instruments and hard goods on each level. SKU: FD74-900 This 3 level rack is multi-functional and is designed to hold a maximum of 6 trays of surgical instruments and hard goods on each level. It can also hold general and special purpose racks for processing both small and large items. All of the washing system racks are ultra durable and highly versatile to accommodate your processing needs. We understand the challenges you face in the Sterile Processing Department and have incorporated the right features to help make your workflow process easy, productive, and safe. ACCESSORY (FD74-900) 3 Level Vision Manifold Rack OVERALL DIMENSIONS W x L x H Inches (mm) Weight LOAD CAPACITY W x L x H Inches (mm) 25 1/2"" x 25 1/2"" x 22 1/4"" (648 x 648 x 565) 31 (14) Top Level: (W x L x H) 24 1/4"" x 25 1/2"" x see table below (616 x 648 x see table below)   VISION SC VISION MC GENFORE SYNERGY AMSCO 3052 AND 5052  Top level  Clearance 7 (178) 4 1/4 (108) 6 3/4 (171) 6 3/4 (171)   Middle and Bottom Level: 24-1/4 x 25 1/2 x 6 1/2 (616 x 648 x 165) 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 Nov 2021 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2022 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-7, 52.204-16, 52.209-6, 52.211-6, 52.219-28, 52.222-50, 52.223-18, 52.224-3, 52.239-1 All quoters shall submit the following: Quotes All quotes shall be sent to the Contract Specialist, Edward Sullivan edward.sullivan@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: price, past performance, technical, product support, speed of delivery The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 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. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. 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 10AM on 09/12/22. 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 Edward Sullivan Edward.sullivan@va.gov 802-295-9363
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/032e85b31d1247478d0a717d54c1b3cd/view)
 
Place of Performance
Address: VAMC BHS 150 Huntington Ave, Jaimaica Plain 02130, USA
Zip Code: 02130
Country: USA
 
Record
SN06452715-F 20220906/220904230116 (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.