SOLICITATION NOTICE
65 -- 531-23-2-2304-0013 PAPR System
- Notice Date
- 5/16/2023 11:39:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0607
- Response Due
- 5/23/2023 1:00:00 PM
- Archive Date
- 06/06/2023
- Point of Contact
- Rex Maughan, Contracting Specialist, Phone: 360-816-2769
- E-Mail Address
-
rex.maughan@va.gov
(rex.maughan@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for 36C260-23-AP-2567 DECON Operations CBRN Powered Air Purifying System Model: ISentinel XL CBRN CAP2 PAPR Deluxe Brand Name or Equal To 100% for SDVOSB Set Aside 1. This is a combined synopsis/solicitation for PAPR System. DECON Operations CBRN Powered Air Purifying System (PAPR) ISentinel XL CBRN CAP2 PAPR Deluxe. Brand Name or Equal To as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation RFQ 36C260-23-AP-2567 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 339112 Surgical and Medical Instrument Manufacturing, Size Standard 1000 employees. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: The following are salient characteristics needed for Boise VAMC requires the procurement of the BRAND NAME or Equal to: DECON Operations CBRN Powered Air Purifying System (PAPR). Brand Name or Equal: DECON CBRN Powered Air Purifying System Manufacturer: ILC DOVER Model: ISentinel XL CBRN CAP2 PAPR Deluxe Salient Characteristic Features Boise VAMC RFQ# 36C260-23-AP-2567 Boise VAMC is requesting a ISentinel XL CBRN CAP2 PAPR Deluxe. The following Salient Characteristic are Brand Name or Equal To: Salient Characteristics: DECON Operations CBRN Powered Air Purifying System (PAPR) Must be NIOSH Approved. Must be capable of providing CAP 2 Cartridge protection rating Must support multiple head cover/full hood options. Hood/Head Covers must be latex free Must be fully adjustable Must have cleanable and adjustable waist belt - quick release Must be able to support/attached HEPA/OV/AG/HE Filters Must have both rechargeable NiMH power supply as well as Alkaline Battery Pack that will allow for quick swap out of to maintain power/operational capability. Both must have direct snap on to blower. Alkaline must have minimum 10 hours nominal life utilizing 5 Duracell Batteries NIMH battery must have nominal life of at least 8 hours and be able to be recharged in 5 hours or less. Must have minimum capability of 500 charge/discharge cycles Manufacturer must offer CBRN Conversion Kit and kit must come with butyl hod assembly, 3 CBRN filter cartridges and attached hose with matching butyl hose cover. CBRN Hood must offer > 180 Degrees of view up/down and right left. CBRN Hood must be fully adjustable to meet all head/shape requirements/sizes as well has have sweat band installed on it. Band must be antimicrobial a minimum of 5 adjustment positions. CBRN Hood must be sewn and taped CBRN Hood must have M40 Style single silicone valve with plastic cover CBRN Hood Hose - must be flexible and must be integral part of butyl hood. Hose must be reinforced with same butyl sheath material used on hood. CBRN Visor must be impact resistant and manufactured of optical grade polycarbonate. Manufacturer must offer for sale stand-alone Butyl Hoods Manufacturer must offer for sale stand along chargers for NiMH batteries that are AC/DC and made for sealed NiMH Batteries. Must be of appropriate amperage to charge NiMH battery. Manufacturer must offer for sale Alkaline battery Packs Manufacturer must offer field replaceable antimicrobial head strap for hood Backpack must be NIOSH Approved. Backpack configurations Must come with Backpack that allows for immediate deployment of PAPR. Backpack must allow PAPR to stay attached backpack for ease of use/carry capability. PAPR must be fully operational while attached to the backpack for ease of use. Backpack must be custom made to fit all accessories/products for utilization of PAPR. Backpack must be NIOSH Approved. Backpack configuration must allow for hands free deployment PAPR must be no greater than 1.0lb without battery PAPR must have nominal flow rate of at least 195 LPM PAPR must have noise level less than 75 dB PAPR must have Flashing LED and buzzer to not when there is low voltage PAPR must have 40mm Integration with integral blower gaskets to ensure compatibility with military/NATO style. PAPR must have dual chamber blower design PAPR must have Quick Lock waist belt system that allows for instant attachment/removal of belt from PAPR. Belt must accommodate up to size 55-inch waist. ITEM INFORMATION TOTAL COST: Delivery FOB Destination to: DEPARTMENT of VETERANS AFFAIRS Boise VA Medical Center (531) 500 W Fort St, Boise, ID. 83702 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a Brand Name or Equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs. a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8.Delivery shall be within (90) days from the time of award. Boise VA Medical Center (531) 500 W Fort St, Boise, ID. 83702 FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proprietary Letter required. 1. Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision. 2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.211-6 Brand Name or Equal (AUG 1999) 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination. 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items. 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms, or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to rex.maughan@va.gov PLEASE MAKE THE SUBJECT: RFQ# 36C260-23-AP-2567 The solicitation closes at 17:00 PST on 5/23/2023 All questions must be submitted by 05/19/2022 17:00 PST no questions will be accepted after 05/19/2022 all answers to potential questions will be answered posted via amendment to RFQ# 36C260-23-AP-2567on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject QUESTIONS FOR RFQ# 36C260-23-AP-2567. NO QUESTIONS WILL BE ANSWERED VIA PHONE or Orally. No late quotations will be accepted. Please email all quotes via email to rex.maughan@va.gov NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED. 17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4027eb6e94c846b98cf612ab80d2e29b/view)
- Place of Performance
- Address: DEPARTMENT of VETERANS AFFAIRS Boise VA Medical Center 500 W Fort St,, Boise, ID 83702, USA
- Zip Code: 83702
- Country: USA
- Zip Code: 83702
- Record
- SN06684373-F 20230518/230517212025 (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 |