4510--442 Cleanroom Reprocessing Sinks

expired opportunity(Expired)
From: Federal Government(Federal)
36C25923Q0600

Basic Details

started - 20 Jul, 2023 (9 months ago)

Start Date

20 Jul, 2023 (9 months ago)
due - 31 Jul, 2023 (9 months ago)

Due Date

31 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
36C25923Q0600

Identifier

36C25923Q0600
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)NETWORK CONTRACT OFFICE 19 (36C259) (4400)

Attachments (2)

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.

Request for Quote (RFQ) #: 36C25923Q0600 Cleanroom Reprocessing Sinks This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm ET, (July 27, 2023) All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to chris.hollingsworth@va.gov no later than 4:00pm ET, July 31, 2023. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB
email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0600. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 2, 2023. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 800 Employees. This solicitation is a 100% set-aside for SDVOSBs. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Reprocessing Sink Make Model Equivalent: PureSteel Reprocessing Sink 1 EA $ $ Grand Total $ Description of Requirements for the items to be acquired; Shall offer 96 L x 30 W height-adjustable sink with 2 basins measuring 28 x18 x8 . Shall offer Sink Pegboards, 96 L x 24 H sink pegboard, standard pegs throughout. Shall offer Height-Adjustable Storage Shelf provides a large, open under-sink shelf that adjusts with the sink. Shall offer 2 each Volume Indicator Etching Plates. Shall offer 2 each 45-degree ergonomic wrist rest slants on the edge of the sink basin remove pinch points on technicians' wrists and arms during pre-cleaning or working in sink basins. Shall offer Interior LED Basin Lights Shall offer Basin Temperature Gauge for constant and accurate temperature readouts for the solutions and liquids inside the reprocessing sink. Shall offer sink basin with a minimum 16 W, and 1.5 basin divider. Suitable only for center basins or inner partition walls on double basin sinks Shall offer Wall mounted sink faucet for Sinks. Features 8" swing spout and lever handles. 8" off center. Shall offer Deionized Spray Gun provides; Includes 4 1/8" hook for mounting spray gun to pegboards. Shall offer 2 each Sink Light Hood 4 in length Shall offer Independent Flushing System Shall offer Single bracket holder for the Independent Flushing System. Shall offer Independent Flushing System Tube Set; 5 lead; 15 psi. Robust tubing so tubes only must be changed monthly. Shall offer 20 female-to-female adapters, 25 end caps, 50 XL slip tips, 5 rubber cup adapters. Shall offer Surface Disinfectant/Cleaner ready-to-use 1-gallon bottles. (4) Shall be able to hold 1, 1 gallon bottle, Shall offer Flush Touchless Auto Dispenser. Including: touch-less wave technology; built in temperature display; temperature warning system; dose reading and countdown; splash proof and washable. Shall offer Shelf 14"x10x1.5" Shall offer stainless steel wire basket; 12"x6"x6" size. QTY 1 Shall offer stainless steel wire basket; 24"x10"x5" size. Shall offer Single Bottle Holder. Holds 1, 32oz bottle Shall offer large, water-resistant timer that can be integrated on soaking stations and sink. Should be large, easily visible display, a programmable setting by either minutes or seconds, and an alarm function when the count-down timer is over. 9.75"L x 4.75"H x 3"D. Shall offer 2 each 20 x 20 silicone sink landing pad Shall offer 2 each Wall Mount Arm that integrates easily with back wall pegboard Shall offer 2 each task light that features 27 gooseneck arm and 2x magnifier for precise, controlled light and magnification and water resistant Shall offer Sink Insert drop in basin which includes temperature strip; water volume markings; a chemical mixing well; cleaning solution caddy; device drain catch. 16 x 26 Shall Offer Bay drain kit assembly with telescoping drains. To include a closed loop system that includes installation of qty of 2 telescoping drain assemblies to a 2 PVC waste line with clean out. Telescoping drains are of chrome plate brass construction with smooth walls. Internal stop collars prevent sections form separating, 1 Â1⁄2 slip nut for connection to basket strainer or flange and 1 Â1⁄2 female pipe thread for connection to waste line Shall offer Factory assembly of back walls and/or pegboards, accessories, electrical wiring and channeling, and product assembly and final polish and cleaning included Shall offer Visualization Station, to include 1 height-adjustable cart with a marine edge, a 24" pegboard and leveling casters. Standard dimensions are 36"x30". Shall offer Table Light Hood that provides lighting on sink pegboards Shall offer Dual Inspection USB Control Module that is compatible with Inspection Scopes. Provides light control and video & photo documentation capabilities. Water-resistant. Will include 1 USB Control Module and required software that is compatible with scope model listed above. Shall offer inspection scope. Scopes should be interchangeable to operate on either USB or HDMI box, and waterproof. OD 1.83mm, Length 200cm Shall offer Flexible Device Mount (3pc Set) for Inspection Scopes. Includes flexible arm, nano clamp, super clamp Shall offer Flexible Mount for Control Modules install either USB or HDMI boxes using a c-clamp style mount. Shall offer Touchscreen Monitor that has a water-resistant display and can be used with compact PC s. 15 screen with high resolution image that can be integrated with wall mounts. touchscreen monitor. 15" size. Shall offer 20 x 20 silicone sink landing pad Shall offer Intel NUC Mini PC Kit which provides hard drive capabilities for touch pads and monitors; compact mini-PC kit. Shall offer Factory assembly of back walls and/or pegboards, accessories, electrical wiring and channeling, and product assembly. Final polish and cleaning included. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs Cheyenne VA Medical Center 2360 East Pershing Blvd Cheyenne, WY 82001-5356 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) ; and (III) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) The offeror shall complete the Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (DEVIATION) Factor 3. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to chris.hollingsworth@va.gov by 4:00pm ET, 7/31/2023. Name and email of the individual to contact for information regarding the solicitation: Chris Hollingsworth Chris.hollingsworth@va.gov

Department of Veterans Affairs Cheyenne VA Medical Center  Cheyenne ,
 WY   USALocation

Place Of Performance : Department of Veterans Affairs Cheyenne VA Medical Center

Country : United StatesState : WyomingCity : Cheyenne

You may also like

Washroom Renovations at Kingston Campus

Due: 17 May, 2024 (in 20 days)Agency: St. Lawrence College

Bathroom Renovation Services

Due: 31 May, 2024 (in 1 month)Agency: STATE, DEPARTMENT OF

Toilet Room Renovations Sewer Maintenance Facility

Due: 16 May, 2024 (in 18 days)Agency: City of Dayton

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 4510Plumbing Fixtures and Accessories