Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2024 SAM #8126
SOLICITATION NOTICE

65 -- Steris Steam Sterilizer

Notice Date
2/24/2024 11:06:14 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
36C24124Q0316
 
Response Due
2/26/2024 9:00:00 AM
 
Archive Date
04/11/2024
 
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 600 Prevac Steam Sterilizers 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 EF1201110 AMSCO 600 Prevac Steam Sterilizer, 26.5X26.5X51 Steam, Single Door, Vert Slide, Rec, 208/240V 2 EA AY1596153 AMSCO 600 Sterilizer Chamber Rail (51IN, 1290MM) 2 EA AY1596633 AMSCO 600 Extra Shelf for Loading Car (51IN, 1290MM) 4 EA AY1596603 AMSCO 600 Loading Car with 2 Shelves (51IN, 1290MM) 4 EA AY1598103 AMSCO 600 Transfer Carriage, Fixed Height (51IN, 1290MM) 4 EA SE601322 Install Loading Cart/Transfer Carriage 4 EA SE011482 Install AMSCO 600 Steam 2 SV SE0114821 Deinstall AMSCO 600 Steam 2 SV SE0114852 Total Care Connect AMSCO 600 Steam 2 SV SE0114810045 1st Year Preventive Care Connect AMSCO 600 Steam 1 SV SE6045100071 Disposal of Sterilizers and Generators - Pricing Includes Evening/Weekend Installation Labor 2 SV STATEMENT OF WORK Brockton VA Medical Center STERIS AMSCO 600 Prevac Steam Sterilizer Introduction/Background: AMSCO 600 Series Steam Sterilizers are configured for Prevacuum, and gravity sterilization of heat and moisture-stable medical devices and their accessories used in healthcare facilities. AMSCO 600 Series Steam Sterilizers are equipped with the latest features in both state-of-the-art technology and ease of use. Sterilizer is designed to be completely serviced from the front of the sterilizer, minimizing the footprint. All AMSCO 600 series sterilizers include a fully jacketed chamber with stainless piping for steam delivery. Pneumatically driven doors are operated from a button on the touch screen; and travel down vertically to open. Includes a STERIS micro-processor-based control system featuring a touch-sensitive screen. Each AMSCO 600 sterilizer meets applicable requirements of the following listings and standards, and carries the appropriate symbols: ASME Code, Section VIII, Division 1 for unfired pressure vessels. The pressure vessel is so stamped; ASME Form U-1 is furnished. The shell and door are constructed to withstand a working pressure of 45 psig (3.1 bar). ANSI/AAMI ST8:2013, Hospital Steam Sterilizers Note: AMSCO 600 AAMI (Domestic) Unit is IEC/UL certified Chamber and Jacket The AMSCO 600 series sterilizer chamber has a 26.5 x 26.5"" (673 x 673 mm) cross section and is sized to allow for efficient high-volume processing of sterilization containers, trays and packs. - AMSCO® 600 Sterilizers - Single Door Recessed - External Supplied Steam (Facility Steam/Stand-Alone Generator) Scope of Work: Total Care Connect AMSCO 600 Steam 1st Year Preventive Care Connect AMSCO 600 Steam Disposal of Sterilizers and Generators Install AMSCO 600 STEAM STERIS installation includes all necessary labor (non-union) and materials required to uncrate, set-in-place and assemble STERIS equipment. Price is for normal working hours, Monday Friday 8 am -5 pm unless otherwise noted. STERIS also includes with its Installation Services an operational check-out test, any necessary adjustments, and a demonstration of the equipment for appropriate facility personnel. Please refer to the STERIS terms and conditions of installation found later in this quotation for a more detailed description of the scope of work. Pricing Includes Evening/Weekend Installation Labor Deinstall AMSCO 600 STEAM STERIS will make all necessary utility disconnections (not applicable for Canada), remove and transport equipment to a predetermined location within same customer facility for pickup or disposal. Customer is responsible for decontamination and release of the equipment as nonhazardous. Equipment disposition from the staging point will be dependent upon Customer selection of disposal option. If removed equipment is to become STERIS property, it will be held on-site at the designated location for pickup by STERIS representative within a reasonable time, not to exceed five (5) working days. Pricing Includes Evening/Weekend Installation Labor 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 agreements. Place of Performance: The work for the STERIS autoclaves will be provided at the Brockton Campus. Work Requirements: CONSTRUCTION: Panel and Frame Assembly The panel and frame assembly supports pressure vessel, piping, electrical components and fascia panels. Frame is a fully welded structure fabricated from carbon steel and painted with corrosion and heat resistant epoxy paint. Frame includes adjustable stainless-steel legs for leveling the unit. Sterilizer is designed and manufactured to allow access for maintenance and service from loading end. Loading and unloading ends of sterilizer are covered with AISI 304 stainless steel fascia panels polished to a No. 3 finish in accordance with American Society for Testing and Materials (ASTM) (EN 10088-2: 2G). Fascia panels are easy to remove to save time and effort during maintenance. Piping AMSCO 600 series sterilizers include four piping subsystems; one for each utility supply and one for drainage as follows: Steam Compressed Air Water Chamber Drain Manual-shutoff ball valves located on water, steam and air lines isolate the respective utilities when required. Steam supply piping and associated valves are made of stainless steel for clean steam. Two-stage Vacuum Pump provides quiet and efficient operation and deep vacuum for better drying; and results in lower water consumption than is seen with water ejector systems. Sensors for Temperature and Pressure AMSCO 600 series sterilizers include sensors for independent control and recording of temperature per AAMI ST8. Additionally, one sensor is used for controlling and recording pressure. Effluent Cooling Drain effluent discharge is cooled with a mixing tank. Water usage is minimized through thermal detection. Sterile Air Filter Air entering the chamber is filtered through a 0.2-micron hydrophobic sterilizer air filter. Steam Pressure Regulating Valve (PRV) PRV regulates incoming steam pressure to within the 42 ±1 psig (2.9 bar g) limit. Pneumatic Valves System pneumatic valves are designed and constructed for long life and low maintenance. Door Design AMSCO 600 Series Steam Sterilizers are available with one or two vertical sliding doors. Each door is sealed to chamber by a steam-activated gasket which requires no lubrication. Chamber and jacket pressure gauges are provided on the front face (non-sterile side) of the sterilizer. A chamber pressure gauge is provided on the sterile side of double door units. Touch-sensitive safety edge stops doors from closing in case of obstruction. Control lock-out switch prevents cycle from starting if door is not fully closed. Door interlocks, on double door units, ensure only one door can be opened at a time. Electrical Design Electrical design includes the following features: Standard configuration requires one 3-phase connection. Design ensures fail-safe operation in event of an operational abnormality. Emergency stop (E-STOP) present by each door for critical situations. When pushed, the E-STOP turns off all outputs from the control and triggers an emergency stop pressed alarm. When released, an emergency stop released alarm occurs. If in-cycle, an abort screen displays, prompting operator to abort the cycle; otherwise, the sterilizer returns to an idle condition. UTILITY REQUIREMENTS ENGINEERING DATA / UTILITY REQUIREMENTS Drain 1-1/2"" ODT drain terminal (Gravity drain must be able to handle peak water capacity of 15 gpm (57 LPM)) Electric Control and Vacuum Pump 208-240 Volt, 3-phase, 60 Hz, 10 Amps, recommended protection 20 Amps. #12 [3.31] AWG 380-400 Volt, 3-phase, 50/60 Hz, 7 Amps, recommended protection 20 Amps. #12 [3.31] AWG 440-480 Volt, 3-phase, 60 Hz, 7 Amps, recommended protection 20 Amps. #12 [3.31] AWG Facility Steam Size: 3/4"" NPT stainless steel fitting. Pressure: 50 to 80 psig (3.45 to 5.5 bar), dynamic, condensate free, and 97 to 100% vapor quality. Steam Consumption 270°F (132°C) Cycle Average Consumption Peak Consumption Sterilizer Operating Wt. Model Chamber Volume Inches (mm) lb (kg) / Cycle lb (kg) / hr lb (kg) Liter Cubic Feet Cubic Inches 26.5 x 26.5 x 39 (673 x 673 x 991) 35 (16) 310 (141) 2800 (1270) 939V-1 448.8 15.8 27388 26.5 x 26.5 x 51 (673 x 673 x 1295) 45 (20) 310 (141) 3135 (1422) 1251V-1 586.9 20.7 35815 26.5 x 26.5 x 63 (673 x 673 x 1600) 55 (25) 310 (141) 3470 (1573) 1563V-1 725.0 25.6 44242 Cold Water Size: 3/4"" NPT. Pressure: 20 to 50 psig (1.4 to 3.5 bar), dynamic. Temperature: 40-70°F (4-21°C). Peak Flow (all units): 12 gpm (45 Lpm) Average Consumption Standard Water Consumption (Average) Steri-Green Water Consumption Ster-Green + Consumption Inches (mm) gal (L) / cycle gal (L) / cycle gal (L) / cycle 26.5 x 26.5 x 39 (673 x 673 x 991) 97 (367) 63 (238) 0.5 (2) 26.5 x 26.5 x 51 (673 x 673 x 1295) 112 (424) 72 (272) 0.5 (2) 26.5 x 26.5 x 63 (673 x 673 x 1600) 128 (484) 83 (314) 0.5 (2) Compressed Air 1/2"" NPT 80-100 psig (5.5 to 6.9 bar psig), dry, oil free, 3 scfm. 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 OBLIGATIONS A.  Applicability This clause applies to all Contractors whose employees create, work with, or otherwise handle Federal records, as defined in Section B, regardless of the medium in which the record exists.   B.  Definitions Federal record as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transaction of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the United States Government or because of the informational value of data in them.   The term Federal record: includes VHA records.  does not include personal materials. applies to records created, received, or maintained by Contractors pursuant to their VHA contract. may include deliverables and documentation associated with deliverables. C.  Requirements Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.  In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.  In accordance with 36 CFR 1222.32, the Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.  VHA and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VHA or destroyed except in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, the Contractor must report to VHA. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records, and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records, and/or equipment is no longer required, it shall be returned to VHA control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The 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, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VHA guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VHA policy.  The Contractor shall not create or maintain any records containing any non-public VHA information that is not specifically tied to or authorized by the contract.  The 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 from public disclosure by an exemption to the Freedom of Information Act.  The VHA owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VHA shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training.  All Contractor employees assigned to this contract who create, work with or otherwise handle records are required to take VHA-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.  ** VHA training for contractors is available in Talent Management System (TMS): Records Management for Records Officers and Liaisons, Item #3873736 D.  Flow down of requirements to subcontractors The Contractor shall incorporate the substance of this clause, its terms, and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same.  Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. 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 12PM on Monday February 24, 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 523-24-2-1512-0008. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: This is a new, brand name requirement. The Contracting Activity is EMERGENTLY looking to acquire delivery and installation of (2) AMSCO 600 Series Steam Sterilizers 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 AMSCO 600 Series Steam Sterilizer 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 600 Series Steam Sterilizers are configured for Prevacuum, and gravity sterilization...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/626ade9201b24dcabedeba0109463a0b/view)
 
Place of Performance
Address: Brockton VA Medical Center 940 Belmont Street, Brockton 02301, USA
Zip Code: 02301
Country: USA
 
Record
SN06975987-F 20240226/240224230041 (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.