Ohio Bids > Bid Detail

4460--Steris Ultrasonic Cleaner

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 44 - Furnace, Steam Plant, and Drying Equip, Nuclear Reactors
Opps ID: NBD00159604059236893
Posted Date: Apr 4, 2023
Due Date: Apr 11, 2023
Solicitation No: 36C25023Q0400
Source: https://sam.gov/opp/d5a02c9efc...
Follow
4460--Steris Ultrasonic Cleaner
Active
Contract Opportunity
Notice ID
36C25023Q0400
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2023 08:50 am EDT
  • Original Date Offers Due: Apr 11, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4460 - AIR PURIFICATION EQUIPMENT
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Dayton VA Medical Center Dayton , OH 45428
    USA
Description
Combined Synopsis-Solicitation for Commercial Items
Page 9 of 9
Page 1 of

Description
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 an RFQ (36C25023Q0400). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.

This solicitation is set-aside for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Surgical Appliance and Supplies Manufacturing with a small business size standard of 800. The FSC/PSC is 4460.

The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 is seeking to purchase Steris Ultrasonic Cleaner.

All interested companies shall provide quotations for the following brand name or equal:

Supplies

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

4.00
EA

IWPCF InnoWave PCF Sonic Irrigator Thermal Disinfection & Robotic Program Focused on maximizing productivity, the InnoWave PCF Sonic Irrigator will ultrasonically clean up to 20 lumened instruments or 44 lbs. of instruments. 208V/3Ph/60Hz Includes standard instrument basket USB cycle export Touch screen controls Optional thermal.
LOCAL STOCK NUMBER: IWPCF

0002

4.00
EA

SE1301521 Deinstall InnoWave PCF STERIS will make all necessary utility disconnections (not applicable for Canada), remove and transport equipment to a predetermined location within same customer facility for pickup or disposal. Customer is responsible for decontamination and release of the equipment as non-hazardous. Equipment disposition from the staging point will be dependent upon Customer selection of disposal option. If removed equipment is to become STERIS property, it will be held on-site at the designated location for pickup by STERIS representative within a reasonable time, not to exceed five (5) working days. - Pricing Includes Evening/Weekend Installation Labor
LOCAL STOCK NUMBER: SE1301521

0003

4.00
EA

SE6025100071 Disposal of Washer STERIS personnel will determine the most efficient method of disposal including but not inclusive of pick up by STERIS carrier or removal by local scrapping entity. If deinstallation is not performed by STERIS personnel, Customer will decontaminate and move equipment to loading dock for pick up. Please note, disposal of Customer equipment implies Customer relinquishes ownership rights of disposed equipment. - Pricing Includes Evening/Weekend Installation Labor
LOCAL STOCK NUMBER: SE6025100071

0004

4.00
EA

SE130152 Install InnoWave PCF STERIS installation includes all necessary labor (non-union) and materials required to uncrate, set-in-place and assemble STERIS equipment. Price is for normal working hours, Monday - Friday 8 am -5 pm unless otherwise noted. STERIS also includes with its Installation Services an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. Please refer to the STERIS terms and conditions of installation found later in this quotation for a more detailed description of the scope of work. - Pricing Includes Evening/Weekend Installation Labor
LOCAL STOCK NUMBER: SE130152

0005

4.00
EA

SE130151 1st Year Preventive Care InnoWave PCF The STERIS 1st Year Preventive Care is a preventive maintenance inspection program that is designed to keep new STERIS equipment operating according to manufacturer's requirements throughout the warranty period. Inspections are conducted using the appropriate STERIS Engineering Service Preventive Maintenance Checklist and include any PM parts, lubricants, testing and adjustments necessary. Expendable and consumable parts are not covered in this program. Please note that this service is complementary to but independent of the STERIS warranty program
LOCAL STOCK NUMBER: SE130151

0006

4.00
EA

MED8557 Detergent Level Sen Assy SERVICE PARTS
LOCAL STOCK NUMBER: MED8557

0007

8.00
EA

MED3088 ELBOW 6MM X 1/8" FLOW SERVICE PARTS
LOCAL STOCK NUMBER: MED3088

0008

2.00
EA

IW1062 IW PCF Standard Instrument Tray and 20 Pack Tubing InnoWave PCF Standard Instrument Tray and 20 Pack
LOCAL STOCK NUMBER: W1062

0009

44.00
EA

IW1025 GTIN: 00724995152864 Instrument Organizers For PCF LOCAL STOCK NUMBER: IW1025




Delivery Instructions: All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. The type of delivery order will be specified when the order is placed. Delivery shall be FBO destination provided 30 days after receipt of order (ARO).
Place of Performance/Place of Delivery
Dayton VA Medical Center
4100 West Third Street
Dayton, Ohio 45428

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 Items (Nov 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2022)

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 (DEC 2022)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022)
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)

The following contract provisions apply to this acquisition:
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.216-1 TYPE OF CONTRACT (APR 1984)
52.233-2 SERVICE OF PROTEST (SEP 2006)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)
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, conditions.
This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions.

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 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, price and other factors considered. The following factors shall be used to evaluate offers:

Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum.

Technical or Quality: 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.

Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, 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 4:00pm local time, April 11, 2023, at john.tschirhart@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
John Tschirhart
Contract Specialist
Network Contract Office (NCO) 10
Office: 937-267-3952
Email: john.tschirhart@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
  • Apr 04, 2023 08:50 am EDTCombined 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 >