Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2023 SAM #7927
SPECIAL NOTICE

66 -- Indoor Air Quality Monitoring Equipment for the Margaret Cochran Corbin VAMC (Manhattan Campus) & Brooklyn Campus.

Notice Date
8/9/2023 9:30:11 AM
 
Notice Type
Special Notice
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q1014
 
Response Due
8/17/2023 1:00:00 PM
 
Archive Date
08/18/2023
 
Point of Contact
Jonatan Rondon, Contracting Officer, Phone: 212-686-7500 5588
 
E-Mail Address
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2023-04, effective date 06/02/2023. This solicitation is set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519, with a small business size standard of 500 employees. The FSC/PSC is 6665. The New York Harbor Safety Department & Engineering Service requires two (2) complete sets of IAQ (Indoor Air Quality) monitoring equipment. One set will be deployed at the Manhattan VAMC, and a second deployed at the Brooklyn VAMC. The Service will accept brand name or equal based to the Direct Sense IAQ Core 10"" Rugged Tablet Indoor Air Quality Survey & Monitoring Kit with Direct Sense II Probe, based on the salient characteristics and specifications described below: All interested companies shall provide quotations for the following: At a minimum, the equipment must be capable of testing for the following parameters related to IAQ: total volatile organic compounds (TVOC); carbon monoxide; formaldehyde; ethylene oxide; particulate matter; and differential pressure. The Safety Department currently does not have equipment to reliably test for these parameters. The contractor shall furnish all equipment necessary to provide reliable and accurate testing for the above parameters. An extended service contract including necessary annual equipment calibrations service is included in the scope of services required. Sensors: The sensors used in the air quality monitoring equipment are critical. They shall be high-quality, accurate, and reliable. Measurement Range: The indoor air quality monitoring equipment should have a broad measurement range to provide accurate real-time reading of the indoor air environment. Refer to specific numerical ranges stipulated in the table below. Data Visualization and User Interface: The indoor air quality monitoring system should have a comprehensive visual display of the real-time measurement taken, digital graphical representation, and summary statistics of the environment. Analytical Specifications: Two (2) full sets of each device are required. Each device must have a data-recording capable compatible with Microsoft Windows, so that data may be downloaded for technical reporting. Provide USB-compatible capability. Devices must be battery-powered for portable use in the field. The device(s) must be capable of testing for the following parameters and must achieve the accuracy shown: PARAMETER MINIMUM ANALYTICAL DETECTION RANGE (in parts per million or ppm) SENSITIVITY Carbon Monoxide 0-400 ppm 10 ppm detection limit Total VOCs 0 10 ppm 1 ppm detection limit Formaldehyde 0 1 ppm 0.1 ppm detection limit Ethylene Oxide 0-20 ppm 1 ppm detection limit Particle Counter Must quantify PM2.5 and PM10 standard analyses 0.3 micron threshold Differential Pressure N/A 0.01 inches of water Air Velocity N/A 5 feet per minute minimum Temperature 60-150 degrees F 1 degree Service/Calibration: The vendor s submittal shall include a two-year calibration service to ensure continued accuracy/reliability of the equipment. Provide expedited ship back calibration service (maximum 30-day turnaround). Provide documented calibration reports. The purchase order period of performance is 45 days after receipt of award. Place of Performance/Place of Delivery: Department of Veterans Affairs New York Harbor Healthcare System Brooklyn VAMC 800 Poly Place Brooklyn, NY 11209 VA New York Harbor Healthcare System Manhattan Campus 423 East 23rd Street New York, NY 10010 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 Products and Commercial Services (Mar 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Dec 2022) 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 Products and Commercial Services. 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 Products and Commercial Services (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (June 2023) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)). 852.219-73 VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (Jan 2023). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126).). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83). All quoters shall submit the following: One (1) Copy. All quotes shall be sent to: Jonatan.rondon@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: Award shall be made to the quoter, whose quotation, offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, 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. Submission of your response shall be received not later than 1600 hours EST 08/07/2023 to Jonatan.rondon@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). e-mailed quotes will be accepted. 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: Jonatan Rondon Contract Specialist Network Contracting Office (NCO2) Margaret Cochran Corbin VA Campus 423 East 23rd Street, 14045-W New York, NY 10010 212-686-7500 ex. 5588 Jonatan.rondon@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f219cdbf00546f9aa68d8b5bfc0c0b9/view)
 
Place of Performance
Address: NY 10010, USA
Zip Code: 10010
Country: USA
 
Record
SN06782676-F 20230811/230809230046 (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.