Page 2 of 2
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 a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 05/26/2022.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees. The FSC/PSC is 6632 analysis instruments.
The Nashville VA Medical Center located at 1310 24th Avenue South,
Nashville, TN 37212, is seeking to purchase Nitrogen Cryostorage system.
All interested vendors shall provide quotations for the following Schedule:
Line Item
Description
QTY
Unit
Unit Price
Extended Price
0001
Nitrogen Cryostorage System
3
0002
Touch Screen IQOQPQ Validation
3
0003
4 position frame 250 ml Bag
203
0004
Baxter 9953 Cannister
812
0005
Delivery
1
TOTAL:
Delivery of all quantities to the following location:
Nashville VA Medical Center
Stem Cell Lab
1310 24th Avenue South
Nashville, TN 37212
Quote shall specify a specific delivery date or number of days after receipt of order (ARO).
The following Commercial Items clauses apply to this acquisition:
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/
FAR
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
Jun 2020
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
Oct 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
Aug 2020
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
Nov 2021
52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
Nov 2021
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
May 2022
52.222-3
CONVICT LABOR
Jun 2003
52.222-19
CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES
Jan 2022
52.222-26
EQUAL OPPORTUNITY
Sep 2016
52.222-35
EQUAL OPPORTUNITY FOR VETERANS
Jun 2020
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
Jun 2020
52.222-50
COMBATING TRAFFICKING IN PERSONS
Nov 2021
52.223-18
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
Jun 2020
52.225-1
BUY AMERICAN-SUPPLIES
Nov 2021
52.225-2
BUY AMERICAN CERTIFICATE
Feb 2021
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
Feb 2021
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
Nov 2021
852.203-70
COMMERCIAL ADVERTISING
May 2018
852.211-70
EQUIPMENT OPERATION AND MAINTENANCE MANUALS
Nov 2018
852.212-72
GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION)
Mar 2020
852.219-10
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION)
Nov 2020
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
Nov 2018
852.246-71
REJECTED GOODS
Oct 2018
The following provisions apply to this solicitation:
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:
http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/
FAR
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
Aug 2020
52.212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Nov 2021
52.212-2
EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Nov 2021
Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation:
Instructions for the Preparation of Quotes
Offeror shall provide the following documentation for the quote to be considered:
A completed Price Schedule (to include pricing for all Line Items), located on pages 2 of this document. Also see Attachment 1 Price schedule and complete all highlighted sections
Delivery Date of quoted products.
A letter from the OEM, confirming the quoted items are in stock and the delivery date included in the Offeror s quote is accurate.
Evidence of being a Veteran-Owned Small Businesshttps://veterans.certify.sba.gov/.
Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The following factors shall be used to evaluate offers: Past Performance and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows:
Date of Delivery. An evaluation will assess quotes depicting a firm delivery date that is most advantageous to the Government.
Past Performance. The past performance evaluation will be based on the Contracting Officer s knowledge of and previous experience with the supply being acquired and a review of the Contractor Performance Assessment Reporting (CPARS) and/or other available information.
Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination)
(End of Provision)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.
(b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
(End of Provision)
Submission of your response shall be received not later than 16:00PM CT, on June 22, 2023, via email to Cinnamon.Washington@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 not later than 10:00AM CT on June 16, 2023, via the same email address. Questions received later than this time/date may not receive a response.
Point of Contact
Cinnamon Washington
Contract Specialist
Network Contracting Office 9
Cinnamon.Washington@va.gov