Ohio Bids > Bid Detail

6515--BEDDING DISPENSER AND DISPOSAL

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159907821216377
Posted Date: Nov 9, 2021
Due Date: Nov 16, 2022
Solicitation No: 36C25022Q0103
Source: https://sam.gov/opp/31070da962...
Follow
6515--BEDDING DISPENSER AND DISPOSAL
Active
Contract Opportunity
Notice ID
36C25022Q0103
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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: Nov 09, 2021 01:13 pm EST
  • Original Date Offers Due: Nov 16, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 337127 - Institutional Furniture Manufacturing
  • Place of Performance:
    Cleveland VAMC 10701 East Blvd. , OH 44106
    USA
Description
Page 1 of 5
GENERAL: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 13 and as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C25022Q0103, in accordance with FAR Parts 12.603 and 13.5. This announcement constitutes the only solicitation; QUOTES ARE BEING REQUESTED and a written solicitation will not be issued. Awards resulting from the (RFQ) will be based on Best Value to the Department of Veterans Affairs giving consideration to: Technical, Delivery, and Price. This acquisition is Unrestricted, the North American Industry Classification System (NAICS) code is 337127 and has a size standard of 1,000 employees. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2021-7, effective September 10, 2021. The Government intends to award Firm-Fixed Price Purchase Order. Delivery location is Cleveland Veterans Affairs Medical Center (CLE VAMC), 10701 East Blvd, Cleveland, Ohio 44106 and shall be FOB destination.

SCHEDULE:

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

1.00
EA
__________
__________

FREEFLOW BEDDING DISPENSER, 115V
LOCAL STOCK NUMBER: BD9001US-115V

Funding/Req. Number: 1

541-22-1-2311-0007
0002

1.00
EA
__________
__________

PHANTOM, BEDDING DISPOSAL UNIT, 115V, INCLUDES WASTE BIN OR BAG CADDY
LOCAL STOCK NUMBER: 3210000

Funding/Req. Number: 1

541-22-1-2311-0007
0003

1.00
EA
__________
__________

WASTE BIN, 40 GAL/151.42L, PHANTOM BEDDING DISPOSAL UNIT
LOCAL STOCK NUMBER: 3217801

Funding/Req. Number: 1

541-22-1-2311-0007


GRAND TOTAL
$40,455.95

BACKGROUND:
The CLE VAMC is requesting one bedding dispenser and disposal. These will be used in the CLE VAMC Animal Research Facility and used to effectively reduce dust particles when disposing of used animal bedding.

TECHNICAL REQUIREMENTS:

System should include:

Dimension requirements
Depth  Maximum 46in
Width Maximum 46in.
Height Maximum 80in
Length Maximum 79in
The inside dimensions minimum is 40in. and depth minimum 20in.

Program Options
Accommodate minimum of 3 cage styles
Wheels and Locks

Bedding Accommodations
Corncob bedding
Aspen Bedding

Electrical Hook Up
Standard outlet in room

Facility volume
Accommodate up to 5000 cages a week

Assembly
The plug and play design, no need for compressed air or facility redesign.

V. PERIOD OF PERFORMANCE: The Period of Performance is 30 Days ARO.

DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the
following for shipment and delivery of equipment:

The CLE VAMC is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. The FOB shall be destination

All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations:

Louis Stokes Cleveland VAMC
10701 East Blvd.
Cleveland, OH 44106

Packaging must protect the outside surfaces from scratches and dents. Delivery made to VA main warehouse, Logistics Service.

GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government
are as follows:

New Year's Day 1 January
Martin Luther King's Birthday Third Monday in January
President's Day Third Monday in February
Memorial Day Last Monday in May
Juneteenth 19 June
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December

If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday.

APPLICABLE PROVISIONS AND CLAUSES:

The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)); Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.209-6; 52.212-5; 52.216-18 (a) replace the last sentence with: Such orders may be issued from date of award through date of last exercised option period.; 52.219-9; 52.219-16; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-34; 52.232-36; 52.252-2 insert: https://www.acquisition.gov/Far/loadmainre.html; 52.252-6; 852.203-70; 852.203-71; 852.211-73; 852.215-71; 852.219-71; 852.232-72; 852.246-70 (a) one year or better; and 852.246-71.

The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial, with addenda; 52.209-5DEV; 52.209-7; 52.216-1; 52.216-27; 52.225-18; 52.233-2; 852.215-70; 852.233-70; 852.233-71; 852.233-71 (note); 852.252-70; 852.270-1; 52.211-6; 52.225-25; 52.212-2; and 52.212-3.

SUBMISSION OF OFFER:

All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award.

Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

This requirement will be awarded on all-or-none basis.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on an FSS/GSA schedule awarded to the Contractor include the schedule information on your quote.

Quotes are to be broken out to include line-item pricing for each item, and installation including any premium time required.

F.O.B. shall be destination.

PROCEDURE FOR SUBMITTING DOCUMENTS:

DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW.

email: rachelle.hamer@va.gov
OFFER EVALUATION AND AWARD:

This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government.

Offerors shall submit their quote on the attached schedule and shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. The provisions at 52.212-2, Evaluation Commercial Items, add, Award Basis: The following factors shall be used to evaluate offers: technical, delivery, and price. Technical and delivery combined are more important than price. Â Quotes must be received no later than 5:00 p.m. (EST), November 16, 2021. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Responses should be submitted to Rachelle J. Hamer, Contracting Officer at rachelle.hamer@va.gov 5:00 p.m. EST, Tuesday, November 16, 2021. Enter RFQ 36C25022Q0103| Bedding Dispenser and Disposal in the email subject line.
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
  • Nov 09, 2021 01:13 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 >