Combined Synopsis/Solicitation
for
Positive Pressure Storage Cabinets
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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.
Solicitation number 36C25924Q0574 is issued as a request for quotes (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05.
This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. The North American Industry Classification System (NAICS) code is 334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use with a small business size of 650 Employees. The Product Code is 6530 Hospital Furniture, Equipment, Utensils, and Supplies. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award.
Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Montana VAHCS. The Contractor shall submit prices for fifteen (15) Positive Pressure RMD Sterile Storage Cabinets and on-site setup assistance and same day training with SSC4000 series. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO).
***************
Description and Pricing Schedule: All interested SDVOSBs shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following locations:
***************************
VA Medical Center Fort Harrison
3687 Veterans Drive
Fort Harrison, MT 59636
&
Montana VA Healthcare System
1776 Majestic Lane
Billings, MT 59102
Line Item
Description
Unit
Quantity
Unit Price
Extended Amount
0001
Positive Pressure RMD Sterile Storage Cabinet IAW Salient Characteristics
Deliver to VA Medical Center Fort Harrison
3687 Veterans Drive
Fort Harrison, MT 59636
Each
13
0002
On-site setup assistance and same day training with SSC4000 series.
Deliver to VA Medical Center Fort Harrison
3687 Veterans Drive
Fort Harrison, MT 59636
Each
13
0003
Positive Pressure RMD Sterile Storage Cabinet IAW Salient Characteristics
Deliver to Montana VA Healthcare System
1776 Majestic Lane
Billings, MT 59102
Each
2
0004
On-site setup assistance and same day training with SSC4000 series.
Deliver to Montana VA Healthcare System
1776 Majestic Lane
Billings, MT 59102
Each
2
Total Price:
$_______________
Salient Characteristics:
Exceeds requirements of VA Directive 1116(2); CSA (Canadian
Standards Association) Z314.15-10; ANSI/AAMI ST79-2006; ANSI/ASHRAE/ASHE Standard 170-2017
Maintains 66°F to 72°F Temperature
Maintains Humidity at 20% to 60% RH
Maintains positive pressure +0.03"WC
Meets IEC 60601-1 Medical Standard for Power Supplies
Conforms with UL60601-1
Easily cleanable interior 304 stainless steel construction with cleanable white powder coated aluminum exterior
HEPA Filtration designed to exceed ISO 7 Cleanliness
Continuous air delivery system
Maintains a minimum of 10 air changes per hour
55-59 DBA at 3 feet (1 meter)
Integrated condensate control system
Integral pressure monitoring with alarm
Onboard custom control system provides easy operation utilizing a digital display for monitoring temperature, humidity, pressure and status.
Unit mounted on casters for easy relocation as needed
Capability to interface with VA network environmental monitoring system via an access port
Stainless-steel pull-out shelves, adjustable height
120V hospital grade 10ft long plug-in-chord
Steam humidification utilizing standard demineralized water
Integral 2.8-liter reservoir filled through front spout access
Lockable door with keypad
Optional ducted heat exhaust
Model
Overall Exterior Dims
Weight
Shelf Qty & Dims
Overall Payload Dims
SSC 4500
30.5 W x 32 D
520 lbs.
5 - 27.75 W x 18 D x77.5 H
28 W x 19 D x 42 H
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023)
Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items
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.
OFFER SUBMITTAL INSTRUCTIONS:
1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered.
2) Offerors shall acknowledge all amendments to the solicitation as part of their quote.
3) Offerors shall complete the Price Schedule in section VI.
4) Offerors shall provide item technical specifications (not to exceed six pages).
Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation.
FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition.
Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services
(a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
(b) The following factors shall be used to evaluate quotations:
(1) Technical
(2) Price
(c) 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:
(1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics.
(2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum.
(End of Addendum to 52.212-2)
FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023)
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.
FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition.
Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023)
The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum:
FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023)
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
FAR 52.203-17 Contractor Employee Whistleblower Rights And
Requirement To Inform Employees of Whistleblower Rights (NOV 2023)
FAR 52.204-3 Taxpayer Identification
FAR 52.204-7 System for Award Management (OCT 2018)
FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.204-20 Predecessor of Offeror (AUG 2020)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.225-1 Buy American-Supplies
52.225-2 Buy American Certificate
FAR 52.226-7 Drug-Free Workplace
FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.233-2 Service of Protest (SEPT 2006)
Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)
https://www.acquisition.gov/browse/index/far (FAR) and
https://www.acquisition.gov/vaar (VAAR)
VAAR 852.203-70 Commercial Advertising (May 2018)
VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020)
VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018)
VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023)
VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019)
VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71 Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71 Rejected Goods (Oct 2018)
VAAR 852.273-70 Late Offers (Nov 2021)
(End of Addendum to 52.212-4)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference.
FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023).
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
FAR 52.204-25Â Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021).
FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021).
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
FAR 52.219-27, Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024)
FAR 52.222-3, Convict Labor (JUN 2003).
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024)
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015).
FAR 52.222-26, Equal Opportunity (SEP 2016).
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) .
FAR 52.222-50, Combating Trafficking in Persons (NOV 2021).
FAR 52.233-3 Protest After Award (Aug 1996)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021).
FAR 52.226-7 Drug-Free Workplace (May 2024).
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024).
FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018).
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
(End of Addendum to 52.212-5)
VAAR 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.
FAR 52.225-2 Buy American Certificate
VAAR 852.219-76 VA Notice of Limitations on Subcontracting Supply and Products
This is not a Defense Priorities and Allocations System (DPAS) rated requitement.
Offers are due July 16, 2024, by 10:00 a.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than July 10, 2024, by 10:00 a.m., local Mountain Time
Submit offers or questions to the attention of the Contract Specialist, Peyton Wilkerson via email at: peyton.wilkerson@va.gov. Inquiries submitted via telephone will not be accepted.