Ohio Bids > Bid Detail

6515--STERILE STORAGE CABINET SPS Chillicothe VA Medical Center

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159531264534463
Posted Date: Feb 9, 2024
Due Date: Feb 14, 2024
Source: https://sam.gov/opp/269d52d61c...
Follow
6515--STERILE STORAGE CABINET SPS Chillicothe VA Medical Center
Active
Contract Opportunity
Notice ID
36C25024Q0312
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 09, 2024 03:33 pm EST
  • Original Date Offers Due: Feb 14, 2024 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Chillicothe VA Medical Center 17473 State Route 104 Chillicothe , OH 45601
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. Â
This is a request for quote (RFQ), and the solicitation number is 36C25024Q0312. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2023-06, effective 12/04/2023. The associated NAICS Code is 339113, Surgical Appliance and Supplies Manufacturing.
The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Chillicothe Ohio VA Medical Center a Sterile Storage Cabinet; a critical part of the Sterile Processing Services (SPS) daily operations. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. This is a Brand Name or Equal requirement for an Air Innovations Sterile Storage Cabinet, SSC4500DX.
Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than February 14, 2024, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.Â
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
$
$

Manufacturer: Air Innovations Part # SSC4500DX Includes manufacturer part 99C0177-00 -DX (no UV light) and crate with pallet # 10C0081-00 Overall units dimensions: 30.5" Wide x 32" Deep x 77.5" High 520 lbs. 5 shelves 27 3/4" Wide x 18" Deep Overall Payload Dimensions: 28" Wide x 19" Deep x 42" High.

SPECIFICATIONS 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. REQUIREMENTS . Building environmental conditions 60- 82 degrees F, 60 F Dew Point . Demineralized water 120-1-60 supply grounded 15 AMP (10 RLA) room receptacle . Minimum recommended room size 10' x 10'.

Manufacturer is not responsible for product loss due to cabinet falling outside of specified ranges. 12-14 week lead time (subject to "normal" supply chain) Warranty: one year parts; 90 days labor; see attached for details Cabinets must be placed in an environmentally controlled space with summer air conditioning and winter heating. This includes being above 32F when cabinets are being received, stored/warehoused as there is water in the humidifier system. SSC cabinets will emit sensible heat ranging from 500-1100 watts depending upon operating mode. For multiple cabinets in 1 room, or very small rooms with limited airflow (less than 10x10), it is recommended that supplemental split system AC unit be installed to supplement the building HVAC system. We can quote the split system AC unit or have our HVAC experts provide additional guidance.


0002

1.00
EA
$
$

VA is responsible for unloading, uncrating cabinets. VA will need to fill water reservoir tank with distilled or demineralized water and plug in the unit within a conditioned space for a minimum of 24 hours before install date. Technician will take the cabinet to its designated room. Technician will set in place, check the cabinet and room's humidity and temperature, start-up.


0003

1.00
EA
$
$

Freight. Dock to dock




GRAND TOTAL
$


STATEMENT OF WORK (SOW)

1. Contract Title. Building 31, Sterile Storage Cabinet installation
2. Background.
The facility sterile storage cabinets were recently identified as having outdated pieces of equipment and recommended for replacement from the Bioengineering Department. This cabinet is a critical part of the Sterile Processing Services daily operations. We are adding another provider to our campus and will need to provide sterile storage of instrumentation to the area.
3. Scope.

Vendor to install and verify proper operation. Upon completion, Biomed to verify all machine functions and temperatures are within designed specifications and no faults are displayed on machine. The following is being requested:

Manufacturer: Air Innovations Part # SSC4500DX
Includes manufacturer part 99C0177-00 -DX (no UV light) and
crate with pallet # 10C0081-00
Overall unit dimensions: 30.5" Wide x 32" Deep x 77.5" High
520 lbs.
5 shelves 27 3/4" Wide x 18" Deep
Overall Payload Dimensions: 28" Wide x 19" Deep x 42" High

DPS # SSC4000-OSAI
on-site setup assistance and same day training with SSC4000 series
cabinets within continental US; price to be determined if interested

Part # Freight

4. Specific Tasks.

4.1 Task 1: Contractor to furnish all materials, labor, freight, travel time, and miscellaneous expenses.

4.1.1 Subtask 1: Warehouse/logistics to remove current sterile storage cabinets from departments.

4.1.2 Subtask 2: Vendor and Biomedical department to inspect and install sterile storage cabinets to designated departments.

4.1.5 Subtask 3: Biomed to verify proper machine operation. All machine functions and temperatures to be within designed parameters and no faults should be displayed on machine user interface panel.

4.1.6 Subtask 4: onsite set up assistance and training with the vendor on the SSC4000 Series cabinets.

4.1.7 Subtask 5: Warranty for one year on the start date of delivery.

4.2 Deliverables: Contractor to maintain communication with Chief, Sterile Processing Service (SPS) and VA Engineering Staff to provide status updates. Warehouse to be in contact Chief, SPS with the delivery of Air Innovations cabinets to the following areas: Dermatology, Podiatry, Urgent Care, and Speech.

5. Performance Monitoring

The request is for goods to be delivered, installed and operation verified. VAMC COR will be responsible for overseeing project. Final acceptance of completed and installed unit to be determined by VAMC COR in coordination with Chief, Sterile Processing Services and Chief, Engineering Service.
6. Security Requirements
Contractor will not require access to VA sensitive information to fulfill the terms of the contract. Contractor will require access to the building and the related building service equipment during normal business hours. C&A requirements do not apply, and a Security Accreditation Package is not required.

7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

N/A

8. Other Pertinent Information or Special Considerations.

a. Identification of Potential Conflicts of Interest (COI).

N/A

b. Identification of Non-Disclosure Requirements.
Contractor will not have access to any sensitive or proprietary information during contract performance.

d. Packaging, Packing and Shipping Instructions.
No special packaging, packing, or shipping instructions required. All vendor shipments delivered to customer should be addressed to:

Chillicothe VAMC
Warehouse Bldg. 23
17473 State Route 104
Chillicothe, OH 45601

e. Inspection and Acceptance Criteria.
Final acceptance of completed installation conducted on the machine to be determined by VAMC COR in coordination with Chief, Sterile Processing Services, Chief, Engineering Service, as well as Biomedical engineering.
9. Risk Control
Contractor to adhere to all stipulations determined by the VAMC Infection Control Department, as included in the PCRA/ICRA. The PCRA/ICRA will be furnished by the VAMC COR prior to commencement of the work.
10. Place of Performance.
The place of performance to the following area:
Building 27 room 167
VAMC 17273 State Route 104 Chillicothe, Ohio 45601.

11. Period of Performance.
Notice to Proceed after award by the contracting officer.
12. Delivery Schedule.
Contractor is responsible for delivering to the VA Bldg. 23 Warehouse dock; receiving and uncrating all deliveries. All deliveries will be conducted by the warehouse.
13. Records Management.
A. Â Applicability
This clause applies to all Contractors whose employees create, work with, or otherwise handle Federal records, as defined in Section B, regardless of the medium in which the record exists. Â
B. Â Definitions
Federal record as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transaction of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the United States Government or because of the informational value of data in them. Â
The term Federal record:
includes Chillicothe VAMC records.Â
does not include personal materials.
applies to records created, received, or maintained by Contractors pursuant to their Chillicothe VAMC contract.
may include deliverables and documentation associated with deliverables.
C. Â Requirements
Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.Â
In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.Â
In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.Â
Chillicothe VAMC and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of Chillicothe VAMC or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of  any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Chillicothe VAMC. The agency must report promptly to NARA in accordance with 36 CFR 1230.
The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to Chillicothe VAMC control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4).
The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and Chillicothe VAMC guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information.
The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with Chillicothe VAMC policy.Â
The Contractor shall not create or maintain any records containing any non-public Chillicothe VAMC information that are not specifically tied to or authorized by the contract.Â
The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.Â
The Chillicothe VAMC owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which Chillicothe VAMC shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20.
Training. Â All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take Chillicothe VAMC-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.Â
[Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.]Â
D. Â Flow down of requirements to subcontractors
The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same.Â
Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor.

The 11 Federal Holidays observed by the Federal Government are:
New Year s Day January 1
Martin Luther King s Birthday 3rd Monday in January
Presidents Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth Day June 19
Independence Day July 4
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veterans Day November 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th

The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023)
FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (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.
The following contract clauses apply to this acquisition:
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (NOV 2023)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MARCH 2023)

VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1
VAAR 852.212-71 GRAY MARKET LANGUAGE (FEB 2023)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEC 2023)
The following subparagraphs of FAR 52.212-5 are applicable:
[52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.]
All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product.
All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@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 award will be made to the response most advantageous to the Government.
Responses should contain your best terms and 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 February 14, 2024 by 5:00 PM EST to gina.crank@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
Gina P. Crank
Contracting Officer
Network Contract Office (NCO) 10
Office: 614-625-1236
Email: gina.crank@va.gov

Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 09, 2024 03:33 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >