Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

66 -- CAGE WASHER

Notice Date
9/21/2023 12:36:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333998 —
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E23Q0199
 
Response Due
9/27/2023 9:00:00 AM
 
Archive Date
10/27/2023
 
Point of Contact
Shannon Hukriede, Contract Specialist, Phone: (412) 822-3297
 
E-Mail Address
shannon.hukriede@va.gov
(shannon.hukriede@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 (FAC) 2023-05, Effective September 7, 2023. This solicitation is 100% small business set-aside under North American Industrial Classification System (NAICS) code 333998, All Other Miscellaneous General Purpose Machinery Manufacturing, with a small business size standard of 500, and the FSC/PSC 6640, Laboratory Equipment and Supplies for Small Business. The Regional Procurement Office East on behalf of the VA New Jersey Health Care System (VANJHCS), 385 Tremont Avenue, East Orange, NJ 07018 is seeking to purchase a cage and rack washer to replace an existing cage washer for the Research Service Veterinary Medical Unit that has reached the end of its life expectancy. A firm-fixed price contract will be awarded for the purchase of a cage washer in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required cage washer. The government reserves the right to award without discussions. All interested companies shall provide quotations for the following contract line item numbers listed below. By submitting a response to this RFQ, Offeror confirms price shall be good for sixty (60) days. Each Line Item below shall include all costs associated with providing the supplies and services required in accordance with this RFQ and Specification/Functional Requirements. Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 BRAND NAME: Girton Model 80-0, L4206 or Equivalent, CAGE WASHER Replacement cage and rack washer that fits and replaces the current cage and rack washer with proper plumbing and utilities (turn-key solution). Price shall include Warranty as stated in the Specification/Functional Requirements. Item shall be delivered FOB Destination. 1 EA 0002 INSTALLATION WITH IN-SERVICE AND START-UP SERVICES PROVIDED, AND REMOVAL OF EXISTING CAGE WASHER This line item shall include all costs associated with removing the existing cage and rack washer, and the installation, transportation, and delivery of a new cage and rack washer as referenced under Line Item 0001, also including all costs associated for providing training to Government Personnel. All shall be done IAW the RFQ, and Specification/Functional Requirements. 1 JB Department of Veterans Affairs Research & Development, VA- New Jersey Health Care System Specification/Functional Requirements 1. Title: VMU Animal Cage Washer 2. Purpose: The Research and Development Service (R&D) objective is to award a vendor to procure and replace a cage washer at the Research Service Veterinary Medical Unit (VMU) at the VA New Jersey Health Care System (VANJHCS). 3. Background: Research is a central mission of the VHA and the R&D service. The cage washer will replace the current cage washer which is 15 years old and requires substantial maintenance to maintain regular functioning throughout the year. The current cage washer has been out-of-service for prolonged periods of time twice in the past 3 years. 4. Scope: The Contractor will provide a cage washer which will require the following: - Minimum wash compartment dimensions are 48 wide, 87 high x 86 long, as measured from the inside of the wash compartment, door to door - Overall dimensions of the washer may not exceed 93 long x 91 wide x 118 high - Cage washer must fit into existing pit 96 long x 93.5 wide x 13.5 deep - Complete disassembly of old cage washer, placement/installation, commissioning, and training in use of cage washer - Minimum 2-year service warranty, including labor and parts - Equipment will be installed in Building 7, B-121B at the VA NJHCS in East Orange, NJ. - Reach 180 degrees 5. Information Security: The Contractor will not require access to VA Information and VA Information Systems. Therefore, all Contractors and Contractor personnel shall not be subject to the same Federal laws, regulations, standards and VA policies as VA, and VA personnel, regarding information and information system security. 6. Security: The Contractor will not require access to VA Information and VA Information Systems. Neither background investigations nor security trainings of personnel are required. The product capabilities and salient characteristics identified above by a brand name or equal"" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering ""equal"" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. General Information Type of Contract: Firm Fixed Price Delivery: Delivery shall be provided by September 28, 2024, FOB Destination. Place of Performance/Place of Delivery Address: VANJHCS Building 7 Room B-121B 385 Tremont Avenue East Orange, NJ Postal Code: 07018 Country: UNITED STATES Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified Procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Line Items and Specifications/Functional Requirements. Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-05, Effective September 7, 2023. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.233-3 Protest After Award FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest VAAR 852.212-71 Gray Market and Counterfeit Items Quotes shall be submitted via email to shannon.hukriede@va.gov and Offerors must reference Solicitation 36C24E23Q0199 in the subject line of the email. No telephone request for information will be considered. Any questions or concerns regarding this RFQ should be forwarded in writing via e-mail to Shannon Hukriede at shannon.hukriede@va.gov no later than 12:00 noon EDT, Friday September 22, 2023. Any questions received after this date/time will not be reviewed nor considered. All responses to questions and concerns received will be addressed and posted via SAM.gov. All offers must be received by the closing date Wednesday, September 27, 2023, NLT 12 noon EDT. Incomplete packages will be considered nonresponsive. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Contract Specialist: Shannon Hukriede Email: shannon.hukriede@va.gov Phone: no calls will be accepted Fax: no faxes will be accepted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/800285cedafe4c66876b60c40836d01d/view)
 
Place of Performance
Address: VA New Jersey Health Care System Research and Development Service VANJHCS Building 7 - Room B-121B 385 Tremont Avenue, East Orange, NJ 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN06841242-F 20230923/230921230534 (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.