6515--Controlled Substance Waste Disposal Systems

expired opportunity(Expired)
From: Federal Government(Federal)
36C25020Q0690

Basic Details

started - 28 May, 2020 (about 3 years ago)

Start Date

28 May, 2020 (about 3 years ago)
due - 02 Jun, 2020 (about 3 years ago)

Due Date

02 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C25020Q0690

Identifier

36C25020Q0690
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103380)VETERANS AFFAIRS, DEPARTMENT OF (103380)250-NETWORK CONTRACT OFFICE 10 (36C250) (5700)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Attachment 2: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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) 2020-06. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set aside and only qualified contractors may submit quotes. The associated
North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The FSC/PSC is 6515. The Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, OH 45220-2213 is seeking to purchase Controlled Substance Waste Management Systems. All interested companies shall provide quotations for the following Name Brand or Equal items: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 0085-001-000 Stryker Cactus Smart Sink with AC Adapter 17 EA 0002 0085-003-000 Stryker Cactus Smart Sink Liquids Cartridge (Package of 4) 9 PG 0003 0085-004-000 Stryker Cactus Smart Sink Solids Cartridge (Package of 4) 9 PG SALIENT CHARACTERISTICS: Product information and salient characteristics are located on the Internet and company brochures. General characteristics: Essential/significant physical, functional, or performance characteristics: Salient characteristics are those characteristics that make an item equal to the brand name item we specify. Specifically, salient characteristics are those characteristic of the brand name item that the VA needs. a) The controlled substance waste disposal system will accept raw pharmaceutical waste, including solids, liquids and patches. b) Will immediately render unused pharmaceuticals non-retrievable. c) Units may be wall mounted. Alternate system submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Delivery shall be provided FOB Destination no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 3200 Vine Street Cincinnati, OH Postal Code: 45220-2213 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 Items (Mar 2020), with the following added as addenda to Provision, Addendum to 52.212-1; 52.216-1, firm fixed price; 52.23233;52.233-2; 852.233-70; 852.233-71; 852.252-70. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) - See technical requirements above, and evaluation factors below. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Mar 2020) 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 Items. 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 Items (Oct 2018), with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.216-18; 52.216-22; 52.217-8; 52.217-9; 52.219-18; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Mar 2020) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5(b)(52.219-6 DEVIATION 2019-01, 52.219-28, 52.219-33, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33) All quoters shall submit the following: a quote for the listed items, and any support documentation and specifications deemed pertinent. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. All quotes shall be sent to the Network Contracting Office 10, at robert.sagris@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: Evaluation Factors: Award will be made to the offeror who represents the best value to the Government. Offers will be evaluated based on price, technical, past-performance, and delivery. 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 3PM EST on 06/2/2020 at robert.sagris@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 Robert Sagris robert.sagris@va.gov

Cincinnati VA Medical Center  Cincinnati ,
 OH  45220-2213  USALocation

Place Of Performance : Cincinnati VA Medical Center

Country : United StatesState : OhioCity : Cincinnati

You may also like

TASK ORDER FOR THE HAZARDOUS WASTE CLEANUP AND DISPOSAL COSTS FOR THE OKLAHOMA (OK) CONTAINER PROGRAM.

Due: 30 Sep, 2024 (in 5 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

C5611825-D, Rebid 1, Bar Screen Waste Collection, Removal, and Disposal Services

Due: 03 May, 2024 (in 4 days)Agency: Dept of Corrections & Rehab

MEDICAL WASTE COLLECITON&DISPOSAL

Due: 30 Sep, 2024 (in 5 months)Agency: INDIAN HEALTH SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies