SOLICITATION NOTICE
65 -- Steris Washer Disinfector
- Notice Date
- 2/7/2024 9:20:28 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
- 36C24124Q0264
- Response Due
- 2/16/2024 7:00:00 AM
- Archive Date
- 04/01/2024
- Point of Contact
- DIvianna Mathurin, Contract Specialist, Phone: 914-325-3258
- E-Mail Address
-
divianna.mathurin@va.gov
(divianna.mathurin@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 Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 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 2024-02. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 Employees. The FSC/PSC is 6530. The Contracting Activity is seeking to purchase delivery and installation of (2) Steris AMSCO 7052HP Washer Disinfectors to Brockton VA Medical Center, 940 Belmont Street, Brockton, MA 02301-5596 pursuant to the SOW herein. All interested companies shall provide quotations for the following: Supplies/Services: MODEL NO. DESCRIPTION QTY UOM FH18072 AMSCO 7052HP, 200-208V, 3 Ph, 60 Hz, Steam heated 2 EA FD088 Installation Kit, Flexible hoses for utilities (for Steam unit) 2 EA FD012 Thermal Printer 2 EA FD74900 3 Level Manifold Rack 2 EA FD209 Auto Docking Transfer Cart Adapter for 7052/7053 Washers 4 EA FD199 Auto Docking Transfer Cart for Standard Chamber Washer 2 EA FD256 Robotic Assisted Surgery (RAS) 12 Rack (For AMSCO 7052HP Only) 1 EA FD000057 Robotic Assisted Surgery (RAS) Cycle for AMSCO 7000HP Washers (Factory installed) 1 EA SE101682 Install AMSCO 7052HP -Pricing Includes Evening/Weekend Installation Labor 2 JB SE104052 Assembly Cost for Transfer Cart -Pricing Includes Evening/Weekend Installation Labor 2 JB SE1016821 Deinstall AMSCO 7052HP -Pricing Includes Evening/Weekend Installation Labor 2 JB SE6025100071 Disposal of Washer -Pricing Includes Evening/Weekend Installation Labor 2 JB SE1016810045 1st Year Preventive Care Connect AMSCO 7052HP 2 SV SE1016852 Total Care Connect AMSCO 7052HP 2 SV STATEMENT OF WORK Brockton VA Medical Center STERIS AMSCO 7052HP Washer Disinfector Introduction/Background: The AMSCO 7052HP Single-Chamber Washer/Disinfector with touch screen control is intended for use in the cleaning and intermediate-level disinfection of soiled reusable simple hard-surfaced rigid surgical instruments (such as forceps and clamps), utensils (such as bedpans and urinals, trays, bowl, basin, kidney dishes), rubber and plastic goods, theatre shoes and other similar and related articles found in healthcare facilities. The AMSCO 7052HP Single-Chamber Washer/Disinfector is a cabinet-type mechanical washer that includes: Color touch screen control system and visual progress indicator Audible warning system with adjustable volume Space saving, power vertical sliding doors Eight factory-loaded (Instruments, Orthopedic Instruments, Utensils, Plastic Goods, Rigid M.I.S., Anesthesia / Respiratory Goods, Gentle and Decontamination) and up to 20 Custom cycles. Each cycle is effective, fast, energy efficient and may be customized (within allowed range of parameters) to meet specific operating requirements LED status indicator lighting Compact space saving footprint Conforms to seismic building code requirements Patented spray arm system providing entire chamber coverage 180 degrees reverse installable Scope of Work: The preventative maintenance STERIS provides is dispatch service (800) 333-8828, for all types of STERIS equipment covered by warranty. Annual preventative maintenance helps to ensure that all equipment is functioning properly. Steris corporation also offers services pas the extended warranty for internal machine defects. Deinstallation of old equipment, installation of new equipment, calibration, qualification of equipment, installation of detergent dispensing equipment, and educational provisions for initial startup is included with the service. PREVENTIVE MAINTENANCE A global network of skilled service specialists can provide periodic inspections and adjustments to help ensure low-cost peak performance. STERIS representatives can provide information regarding annual maintenance programs. INSTALLATION The washer/disinfector is designed as a fully enclosed cabinet for freestanding or recessed installation. Clearance between top of the unit and the ceiling must be at least 14"" (356 mm). If the system is recessed through one or two barrier walls, stainless-steel barrier flanges are included to provide a finished wall appearance. Once installed, system is designed to allow for easy access for maintenance purposes. All configuration modifications are available upon request. Contact STERIS to receive a quotation. Period of Performance: Preventative maintenance is performed once annually or towards the end of the warranty i.e., FY 2023- FY 2024. Place of Performance: The work for this system is for the Brockton Campus. Work Requirements: A global network of skilled service specialists can provide periodic inspections and adjustments to help ensure low-cost peak performance. STERIS representatives can provide information regarding annual maintenance programs. Electric-Heated Configurations: (see pre order binder) 10292222 AMSCO 7052HP Electric heated, W/ Acu-Rinse Res., Unit flush to wall 10292223 AMSCO 7052HP Electric heated, W/ Acu-Rinse Res., Unit offset from wall 10292224 AMSCO 7052HP Electric heated, W/O Acu-Rinse Res., Unit flush to wall 10292225 AMSCO 7052HP Electric heated, W/O Acu-Rinse Res., Unit offset from wall Steam-Heated Configurations 10292218 AMSCO 7052HP steam heated, W/ Acu-Rinse Res., Unit flush to wall 10292219 AMSCO 7052HP steam heated, W/ Acu-Rinse Res., Unit offset from wall 10292220 AMSCO 7052HP steam heated, W/O Acu-Rinse Res., Unit flush to wall 10292221 AMSCO 7052HP steam heated, W/O Acu-Rinse Res., Unit offset from wall The Contractor shall provide the following: MODEL NO. DESCRIPTION QTY UOM FH18072 AMSCO 7052HP, 200-208V, 3 Ph, 60 Hz, Steam heated 2 EA FD088 Installation Kit, Flexible hoses for utilities (for Steam unit) 2 EA FD012 Thermal Printer 2 EA FD74900 3 Level Manifold Rack 2 EA FD209 Auto Docking Transfer Cart Adapter for 7052/7053 Washers 4 EA FD199 Auto Docking Transfer Cart for Standard Chamber Washer 2 EA FD256 Robotic Assisted Surgery (RAS) 12 Rack (For AMSCO 7052HP Only) 1 EA FD000057 Robotic Assisted Surgery (RAS) Cycle for AMSCO 7000HP Washers (Factory installed) 1 EA SE101682 Install AMSCO 7052HP -Pricing Includes Evening/Weekend Installation Labor 2 JB SE104052 Assembly Cost for Transfer Cart -Pricing Includes Evening/Weekend Installation Labor 2 JB SE1016821 Deinstall AMSCO 7052HP -Pricing Includes Evening/Weekend Installation Labor 2 JB SE6025100071 Disposal of Washer -Pricing Includes Evening/Weekend Installation Labor 2 JB SE1016810045 1st Year Preventive Care Connect AMSCO 7052HP 2 SV SE1016852 Total Care Connect AMSCO 7052HP 2 SV Schedule/Milestones: Preventative maintenance is performed annually. Work-orders are requested as issues arise with each piece of equipment, utilizing the STERIS (800) contact. Each request is handled appropriately and expeditiously so as not to infringe on workload and mission requirements. Acceptance Criteria: Deviations in acceptable system performance and failed/aborted washer load will be communicated to STERIS through their customer service contact line. Work orders are placed, and a STERIS Service Tech Engineer is assigned the ticket number. Equipment that requires additional parts for replacement are ordered by the STERIS Engineer in a timely manner. Items or parts that are backordered are communicated to the customer immediately for contingency notice. Other Requirements: Clean area and dirty area must be separated appropriately throughout the deinstallation/installation process. Engineering will provide support and provide contamination barrier that is accessible on either side. The function of the barrier for the duration of the project will assist with maintaining negative/positive air pressure on clean/dirty side. After deinstallation, engineering will assess the additional requirements for plumbing and electrical. This machine is a stand-alone machine will not be using the USB data transmitting feature. This machine does generate a report of the cycle being run, and we keep all hard copy of the report for 3 years. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. END OF STATEMENT OF WORK Delivery shall be provided no later than 30-60 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 940 Belmont Street, Brockton, MA Postal Code: 02301-5596 Country: UNITED STATES 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Nov 2023 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services Dec 2023 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, 52.204-27, 52.209-6, 52.219-14, 52.219-28, 52.219-32, 52.219-33, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 All quoters shall submit the following: Quote. All quotes shall be sent to the Contract Specialist, Divianna Mathurin, Divianna.mathurin@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, delivery speed, OEM authorization 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 PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 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 provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) 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; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. 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. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes 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 quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes 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. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. 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. (1) 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. (ii) 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. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST ( https://assist.dla.mil/online/start/). (ii) Quick Search ( http://quicksearch.dla.mil/). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) 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 Friday February 16, 2024, at Divianna.Mathurin@va.gov 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 Contract Specialist Divianna Mathurin Divianna.Mathurin@va.gov 914-325-3258 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: 36C241-24-AP-1763 Contracting Activity: Network Contracting Office 1, Regional Procurement Office East on behalf of the Department of Veterans Affairs, VISN 1, Brockton Medical Center, 940 Belmont Street, Brockton, MA 02301-5596. Funding 523-24-2-1512-0009. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: This is a new, brand name requirement. The Contracting Activity is looking to acquire delivery and installation of (2) AMSCO 7052HP Washer Disinfectors for Brockton VA Medical Center s Sterile Processing Department. This disinfector is manufactured by OEM LB Steris Corporation (SAM UEI: UGGQJGGH6846) , 5960 HEISLEY ROAD, MENTOR, OH 44060. The AMSCO7052HP Single-Chamber Washer/Disinfector with touch screen control is intended for use in the cleaning and intermediate-level disinfection of soiled reusable simple hard-surfaced rigid surgical instruments (such as forceps and clamps), utensils (such as bedpans and urinals, trays, bowl, basin, kidney dishes), rubber and plastic goods, theatre shoes and other similar and related articles found in healthcare facilities. Estimated Amount $ Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The AMSCO 7052HP Washer/Disinfector offers the industry s fastest cycle time, combined with innovated utility saving features to provide low water consumption. This unit is the first and only washer/disinfector with a validated cycle for select da Vinci EndoWrist surgical instruments which are currently used by Boston s surgical team. The 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 time. 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. Steris is the best option in the market to ensure the best care is provided to veterans. Steris is the leader in the industry when it comes to sterilization equipment. Furthermore, VA Boston has had an overall great experience with Steris equipment and service. Some of Brockton VAMC s oldest Steris machines that they currently have are dependable and have lasted past the intended life expectancy by the manufacturer. When machines do need repairs/maintenance, Steris responds promptly. Steris brand machines are already in use at Brockton VA Medical Center, introducing a new brand would mean replacing what is already in use and in-service staff trainings and accessories replacements would be costly. Conversely, Brockton VA s SPS Staff has used Belimed Disinfectors yet, these Belimed machines have required more service and maintenance than their Steris equipment. Additionally, Belimed has not provided consistent customer service when equipment has needed repairs or maintenance. Brockton have waited as long as two weeks to even get a response from Belimed opposed to Steris which is required since patient safety can be affected. When purchasing equipment, Boston is looking at both the performance of the machine and the responsiveness of the vendor when the machines need preventative maintenance or repair. The goal is to ensure the equipment being purchase for their sterilization needs is of the best quality and the service provided is also of best quality possible. This ensures our veterans get the best care possible and helps us avoid delays or cancellations related to equipment. Lastly, it is important that Boston VA Healthcare System standardizes the equipment used/purchased across each campus to allow for consistent procedures and staff competency and training. Description of market research conducted and results or statement why it was not conducted: The Contracting Activity queried the Government-wide database of contracts and other procurement instruments intended for use by multiple agencies and other Government and commercial databases that provide information relevant to agency acquisitions including FPDS, VIP, GSA, NAC, SBA DSBS and SBA. The first search was on VetCert using NAICS 339113 which produced 910 broad results. SBA DSBS search using NAICS 339113 along with keyword Steris yielded 2 profiles, one of which is authorized by Steris however does not fall under the SDVOSB socioeconomic group . GSA search using keyword Steris generated 4 schedule contractors under manufacturer Steris Corporation, none of which (BUFFALO SUPPLY INC) are classified as SDVOSB distributors. FPDS search using keyword Steris AMSCO 7052HP returned 1 contract action for the same equipment for West Roxbury VA Medical Center. NAC search using item number FH18072 generated 0 active items. Last search was on VetBiz using NAICS 339113 along with keyword Steris which bore 0 organizations. OEM LB Steris states there are two authorized SDVOSB distributors that can provide this equipment. The rule of two has been met. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51d19273a2774921ad51ce3f4f06f315/view)
- Place of Performance
- Address: Brockton VA Medical Center 940 Belmont Street, Brockton 02301, USA
- Zip Code: 02301
- Country: USA
- Zip Code: 02301
- Record
- SN06958545-F 20240209/240207230050 (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 |