.
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL PRODUCTS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C10G24R0035
Posted Date:
August 08, 2024
Original Response Date:
August 23, 2024
Current Response Date:
August 23, 2024 (5:00 PM) ET
Product or Service Code:
6515
Set Aside:
N/A
NAICS Code:
339113
Contracting Office Address
Strategic Acquisition Center - Fredericksburg
Department of Veterans Affairs
10300 Spotsylvania Avenue, Suite 400
Fredericksburg, VA 22408
Contracting Officer: Sharon Redman (sharon.redman@va.gov)
Description
This is a combined synopsis/solicitation for brand name or equal 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; offers are being requested, and a written solicitation document will not be issued.
This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, dated 22April 2024.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800.
The Strategic Acquisition Center (SAC) Strategic Acquisition Center - Fredericksburg
Department of Veterans Affairs, 10300 Spotsylvania Avenue, Suite 400, Fredericksburg, VA 22408 is seeking to purchase non-expendable (NX) equipment (EQ) Endoscope Drying and Storage Cabinets.
All interested companies shall provide offers for the following: Endoscope Drying and Storage Cabinets.
Place of Performance
Address:
Department of Veterans Affairs Medical Centers throughout the U.S.
Postal Code
ALL
Country:
United States
Award shall be made to the offeror whose proposal offers the BEST VALUE to the government. The government will evaluate information and award the contract based on the following evaluation criteria: (1) Technical capability factor which meets or exceeds the requirement, (2) Price, (3) Veterans Preference and (4) Past Performance.
Technical Capability is the most important non-price factor. Other non-price factors are equally important. The Non-Priced factors, when combined, are significantly more important than the Price.
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 52.212-2, Evaluation Commercial Products and Commercial Services.
FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services.
All other provisions can be found in Section D of the attached solicitation.
Offerors must complete annual representations and certifications on-line at http://SAM.gov in accordance with FAR 52.212-3, Offeror 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.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services.
All other clauses can be found in Section C of the attached solicitation.
The following subparagraphs of FAR 52.212-5 are applicable:
In addition to the clauses identified by an (X) found in FAR 52.212-5, the following clause(s) are applicable:
SAC 18-01 SAC SERVICE LEVEL AGREEMENT FEE AND SUBMISSION OF QUARTERLY SALES REPORTS; NX EQUIPMENT (JANUARY 2016)
All quoters shall submit one (1) copy of the following:
Completed Attachment A - Price Cost Schedule
Completed Salient Characteristics Table
Completed Reps and Certs in SAM.gov
Submit Attachment G Past Performance from at least three (3) federal government references. References cannot be more than 1 year old.
All other deliverables as instructed throughout the solicitation.
All offers shall emailed to Contract Specialist, Michael Andrews, michael.andrews6@va.gov and Contracting Officer, Sharon Redman, sharon.redman@va.gov. Strategic Acquisition Center (SAC), Strategic Acquisition Center (SAC), U.S. Department of Veterans Affairs, 10300 Spotsylvania Avenue, Suite 400, Fredericksburg, VA 22408,
This is a combined synopsis/solicitation for Endoscope Drying and Storage Cabinets.
as defined herein. The government intends to award a requirements contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all offers 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."
Submission shall be emailed and received not later than 5:00 PM (ET) August 23, 2024, at the Point(s) of Contacts listed below. Questions shall be submitted no later than 5:00 PM (ET) August 15, 2024. Late submissions will not be accepted and shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be e-mailed and only emailed offers will be accepted.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist AND contracting officer listed below.
Point(s) of Contact
Contracting Officer: Sharon Redman sharon.redman@va.gov
Contract Specialist: Michael Andrews michael.andrews6@va.gov
Requirement Description:
The VA has a requirement to purchase Endoscope Drying and Storage Cabinets to deliver patient care at all VA Medical Centers around the country. Endoscope drying and storage cabinets are used to keep endoscopes clean for the next procedure after they are decontaminated, and all removable parts are detached. They are designed for organized storage and display of cleaned endoscopes (e.g., bronchoscopes, gastroscopes, colonoscopes). These cabinets are typically manufactured using materials (e.g., stainless steel, polypropylene, acrylic) that permit ease of cleaning; they include endoscope holders and may also include special soft-plastic brackets to secure the endoscope heads. Endoscope drying and storage cabinets should have proper vents to keep the devices dry. Endoscope drying and storage cabinets circulate clean air using a high-efficiency particulate-air (HEPA) filter, exhausting the air back into the room through an activated carbon filter. In addition to circulating air within the cabinet, continuous filtered air is forced through the endoscope channels to purge water eliminating bacterial proliferation during storage. Effective endoscope drying is essential to the prevention of bacterial transmission and hospital-acquired infections.
A single award, requirements contract will be awarded IAW FAR 52.211-6 Brand Name or Equal and FAR 11.104, Use of Brand Name or Equal Purchase Description, in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Offers shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Ophthalmic Goods Manufacturing: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 800 employees. This procurement action is issued as full and open competition.
This acquisition is in accordance with FAR Part 16.5 for Steris brand name or equal Endoscope Drying and Storage Cabinets and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE. All interested companies shall provide a offer for all Contract Line Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE.
The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination. Firm-fixed price orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities.
The FAR provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition including attached addenda to the provision.
The FAR provision at 52.212-2, Evaluation -- Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda also applies to this acquisition. The Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer.
Clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached.
Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached.
All interested offerors must be registered in the System for Award Management (SAM) prior to submitting a offer. You may access SAM at www.SAM.gov | Home.
Questions regarding this combined synopsis/solicitation are due via email by 5:00 PM ET on August 15, 2024, to Contract Specialist, Michael Andrews at michael.andrews6@va.gov and Contracting Officer, Sharon Redman at sharon.redman@va.gov. No calls will be accepted.
Offers are due via email by 5:00 PM ET on August 23, 2024, to Contract Specialist, Michael Andrews at michael.andrews6@va.gov and Contracting Officer, Sharon Redman at sharon.redman@va.gov.
1. SCOPE OF WORK
The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Endoscope Drying and Storage Cabinets product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Endoscope drying and storage cabinets are used to keep endoscopes clean for the next procedure after they are decontaminated, and all removable parts are detached. They are designed for organized storage and display of cleaned endoscopes (e.g., bronchoscopes, gastroscopes, colonoscopes). These cabinets are typically manufactured using materials (e.g., stainless steel, polypropylene, acrylic) that permit ease of cleaning; they include endoscope holders and may also include special soft-plastic brackets to secure the endoscope heads. Endoscope drying and storage cabinets should have proper vents to keep the devices dry. Endoscope drying and storage cabinets circulate clean air using a high-efficiency particulate-air (HEPA) filter, exhausting the air back into the room through an activated carbon filter. In addition to circulating air within the cabinet, continuous filtered air is forced through the endoscope channels to purge water eliminating bacterial proliferation during storage. Effective endoscope drying is essential to the prevention of bacterial transmission and hospital-acquired infections.
The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Endoscope Drying and Storage Cabinets to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods.
2. REQUIREMENT
This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the offeror indicate that each product being offered as an equal product to the Steris® and Endoscope Drying and Storage Cabinets. For each equivalent product proposed, the offeror must include a description reflecting the salient characteristics (SC) are met and level of quality that will satisfy the salient physical, functional, or performance characteristics of the brand name product(s) specified in the solicitation. The Salient Characteristics (SC) table below shall be included in the beginning of the technical volume with a cross-reference column of the page number(s) identifying where in the proposal that the SCs are met. The offeror must clearly identify the item by brand name (if any) and make/model number. Finally, the offeror must 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 modifications it plans to make to a product to make it conform to the solicitation requirements.
The Government's intent for this Requirements contract is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. The Government may through bilateral modification, add or remove items to this contract that are determined to be within scope of the solicited product line, not limited to the original items awarded. Additionally, any discontinued items may be replaced via future contract modification by the replacement part identified by the OEM, so long as the replacement part serves the same clinical purpose and function as the originally awarded item. Furthermore, any new technology that is presented during performance of this contract may be evaluated by the Government for inclusion into the contract, via bilateral modification. This new technology must be determined to be within scope of the original contract.
Contract Line Item#
Brand
Part Number
Description
0001
Steris
REC6062DS
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 6 SCOPES, HEPA, MAIN
0002
Steris
REC6102DS
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 10 SCOPES, HEPA, MAIN
0003
Steris
REC6162DS
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 16 SCOPES, HEPA, MAIN
0004
Steris
REC6202DS
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 20 SCOPES, HEPA, MAIN
0005
Steris
REC6062DSA
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 6 SCOPES, HEPA, ADD-ON
0006
Steris
REC6102DSA
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 10 SCOPES, HEPA, ADD-ON
0007
Steris
REC6162DSA
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 16 SCOPES, HEPA, ADD-ON
0008
Steris
REC6202DSA
RELIANCE 6000 SERIES STAINLESS-STEEL ENDOSCOPE STORAGE AND DRYING CABINET, 20 SCOPES, HEPA, ADD-ON
0009
Steris
SE101622
INSTALL RELIANCE 4000/5000/6000 CABINET
0010
Steris
RECENTERO
ENTEROSCOPE HOLDER, 2 PER PACKAGE
0011
Steris
REC6000BCP
BARCODE PRINTER - RELIANCE 6000 MODEL ONLY
0012
Steris
RECTEEHOLDER
TEE PROBE HOLDER FOR RELIANCE ENDOSCOPE STORAGE AND DRYING CABINET
0013
Steris
RECSMALLVID10
OLYMPUS SMALL DIAMETER VIDEO SCOPE BOTTOM RAIL
Â
Reliance Endoscope Drying and Storage Cabinets - 6000 Series Connector Sets
0014
Steris
RECT1CON1O
BIFURCATED DRYING TUBING AND CONNECTOR SET - OLYMPUS
0015
Steris
RECT1CON2O
TOP TRIFURCATED DRYING TUBING AND CONNECTOR SET - OLYMPUS
0016
Steris
RECT1CON3O
BOTTOM TRIFURCATED DRYING TUBING AND CONNECT SET - OLYMPUS
0017
Steris
RECT1CON3ODL
TRIFURCATED TUBING AND CONNECTOR SET W/ DUAL LUMEN CONNECTOR - OLYMPUS
0018
Steris
RECT1CON4O
BRONCHOSCOPE DRYING TUBING AND CONNECTOR SET - OLYMPUS
0019
Steris
RECT1CON5O
EBUS DRYING TUBE AND CONNECTOR SET - OLYMPUS
0020
Steris
RECT1CON6O2
TUBING SET EXTENSION - OLYMPUS
0021
Steris
RECT1CON8O
LUER LOCK - OLYMPUS
0022
Steris
RECT1CON10O
INTUBATION WITH BIOPSY SCOPE TUBING SET - OLYMPUS
0023
Steris
RECT1CON1F
GI ENDOSCOPE DRYING TUBING AND CONNECTOR SET - FUJINON
0024
Steris
RECT1CON2F
BRONCHOSCOPE DRYING TUBING AND CONNECTOR SET - FUJINON
0025
Steris
RECT1CON3F
BIFURCATED HOSE SET FOR 700 SERIES SCOPES - FUJINON
0026
Steris
RECT1CON4F
TRIFUCATED HOSE SET WITH WATER CONNECTOR AT BOTTOM FOR 700 SERIES SCOPES - FUJINON
0027
Steris
RECT1CON1KS
BIFURCATED DRYING TUBING AND CONNECTOR SET - KARL STORZ
0028
Steris
RECT1CON2KS
TRIFURCATED DRYING TUBING AND CONNECTOR SET - KARL STORZ
0029
Steris
RECT1CON3KS
INTUBATION DRYING TUBING AND CONNECTOR SET - KARL STORZ
0030
Steris
RECT1CON4KSF
FIBEROPTIC INTUBATION DRYING TUBING AND CONNECTOR SET - KARL STORZ
0031
Steris
RECT1CON4KSV
VIDEO INTUBATION DRYING TUBING AND CONNECTOR SET - KARL STORZ
0032
Steris
RECT1CON1P
BIFURCATED DRYING TUBING AND CONNECTOR SET - PENTAX
0033
Steris
RECT1CON2P12
GI ENDOSCOPE WITH WATER JET AND ADAPTER - PENTAX
0034
Steris
RECT1CON3P
BRONCHOSCOPE DRYING TUBING AND CONNECTOR SET - PENTAX
0035
Steris
RECT1CON2PDL12
EG AND EC TYPE DUAL LUMEN WITH ADAPTER - PENTAX
The Department of Veterans Affairs (VA) is seeking vendors who can provide Steris® Endoscope Drying and Storage Cabinets or equal as listed above which meet all the following salient characteristics: Vendors may offer any product solution or configuration so long as they meet the salient characteristics. Vendors are asked to offer any additional product that may be beneficial. These items must be captured in the vendors pricing volume.
Vendors may offer any product solution or configuration so long as they meet the salient characteristics. Products offered in the technical volume must be captured on the Vendor s pricing volume (Attachment A - Price Cost Schedule) of the solicitation. Vendors may offer any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero.
SC #
SALIENT CHARACTERISTICS (SC)
METHOD OF EVALUATION
LOCATION (PAGE #) IN TECHNICAL LITERATURE WHERE SC IS MET
Steris
Olympus
CLIN
SC 1
The Endoscope Drying and Storage Cabinet shall be a freestanding cabinet.
Literature Review
CLINs
0001 - 0008
SC 2
The Endoscope Drying and Storage Cabinet shall provide a HEPA filtered cabinet and air channel purging connectors.
Literature Review
CLINs
0001 - 0008
SC 3
The Endoscope Drying and Storage Cabinet shall meet or exceed all current recommendations and guidelines from AAMI (ST91;2015), AORN (2016) and SGNA
Literature Review
CLINs
0001 - 0008
The following sub factors will be evaluated:
Safety
features and functions of the offered device will be evaluated for safety. Areas include but are not limited to the following:
HEPA filtered air
Channel Purging air flow
Internal positive air pressure
Security features
Filters replacement indicators
Scope hang time alerts
Design
          Design features and functions of the offered device will be evaluated. Areas include but are not limited to the following:
Vertical hanging capacity
Removable drip pan/tray
Internal LED cabinet lighting
Endoscope and hang time tracking system
Air connectors that are suitable for, at a minimum, the following brand endoscope manufacturers: Olympus, Karl Storz, and Pentax.
Ease of start up
Add on capacity options
Barcode scanner
Touchscreen for operation
Performance
          Device will be evaluated for its ability to perform its intended function. Areas include but are not limited to:
Ability to remove 99.97% of air particulates up to 0.3 µm (micron) in size through HEPA Filtration
Ease of use
Ease of Maintenance
Air exchange
Quality/Construction
= Aspects of the construction and quality of material of the device will be evaluated including but not limited to:
Quality and durability of materials
Quality and durability of windows
Quality and construction of doors
Warranty
Installation
The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this Combined Synopsis/Solicitation Notice.