65--Incubators
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0703 Posted Date: 05/14/2019 Original Response Date:... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0703 Posted Date: 05/14/2019 Original Response Date: 12 Noon 05/20/2019 Current Response Date: 12 Noon 05/20/2019 Product or Service Code: 6515 Set Aside: SDVOSB NAICS Code: 423450 Contracting Office Address Department of Veterans Affairs Network Contracting Office (NCO) 4 3900 Woodland Ave Philadelphia, PA 19101 (i) This is a combined synopsis/solicitation Thermo Scientific Forma Series 3 Water Jacketed CO2 Incubators BRAND NAME OR EQUAL (BNOE), as prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24419q0703 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 dated 5/06/2019. (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 423450 has a small business size standard of 1250. (v) Statement of Need and Salient Characteristics STATEMENT OF NEED FOR MICROBIOLOGY CO2 INCUBATORS The Wilkes-Barre VA Medical Center, 1111 East End Blvd, Wilkes-Barre, PA 18711-0030, has a Brand Name or Equal requirement for three (3) C02 incubators in an insulated box that allows for adjustable heat temperatures and is used for the growth of bacteria and yeast in the Microbiology lab. The brand name make and model or equal item required is the Thermo Scientific Forma Series 3 Water Jacketed CO2 Incubator. The salient characteristics of the CO2 incubators that are needed are as follows: Must be a CO2 incubator (CO2 must be able to be connected to it with a concentration range of 0 20% Must have an ambient temperature range of 5°C to 50°C. Relative Humidity must be >90% at 37°C. Must have water jacket technology with triple-wall construction to deliver optimal temperature uniformity. Must have HEPA clean room air purity which minimizes the risk of airborne contaminants entering the incubator from multiple door openings. The in-chamber HEPA filtration must reach ISO 5 clean room air quality within 5 minutes and filter the chamber air every 60 seconds. Must have an infrared CO2 sensor to minimize variability of the CO2 when the door is opened and closed. Must have an onboard monitor for temperature and CO2 as well as other incubator interaction. Onboard monitor must provide for error and data logging for monitoring performance, interactions and alarm conditions. Must have USB Output to download data from the onboard monitor Capacity must be 6.5 cu. Ft. or 184L Must have electrical requirements of 1156V and 50/60 Hz Exterior Dimensions must be no larger than 25L x 26W x 39.5H (inches) Chamber Dimensions must be 20.0D x 21.3w x 26.8H (inches) Interior Chamber must be polished stainless shell. (iv) Contract Line Items (CLIN): ITEM INFORMATION Line Item Description Qty Unit Price Total Price 0001 Incubator, Carbon Dioxide; Thermo Scientific Forma; Series 3 Water-jacketed Co2 Incubators; Co2 Concentration Range: 0 To 20%; Without Oxygen Control; Rh: Ambient To 95% at 98.6 Deg. F; 120v 60hz 3 TOTAL COST: (v) Services Vendor shall furnish all items listed in the above schedule and complete any necessary installation. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery of the order shall be FOB destination. The order shall be sent to the attention of Sharon Ford, Pathology Lab Medicine. The contractor shall deliver line item (1) one to the Wilkes-Barre VA Medical Center, 1111 East End Blvd, Wilkes-Barre, PA 18711-0030. Place of Performance: Wilkes-Barre VA Med Wilkes-Barre VA Medical Center 1111 East End Blvd. Wilkes-Barre, PA Postal Code: 18711-0030 Country: UNITED STATES Offerors are requested to quote Firm Fixed Price for all the line items on the Schedule of Supplies (viii) BRAND NAME OR EQUAL PRODUCTS In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.: ____________________________________________________________________ (ix) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: 52.252-1 Solicitation Provision 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 address(es): https://www.acquisition.gov/ 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (End of provision) PROVISIONS: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) (x) Evaluation of this requirement will be based on PRICE ONLY. (xi) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 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): https://acquisition.gov/far 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 (Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Inspection (Jan 2008) (xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiv) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xvi) Quotes must be emailed Louellen.Butler@va.gov and received no later than 12:00 Noon Monday, May 20, 2019. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone and email with response. (xviii) This is an open-market combined synopsis/solicitation for equipment as defined herein.  The government intends to award a purchase as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). (xix) Submission shall be received not later than 12:00am EST on Monday May 20, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Louellen.Butler@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Louellen Butler via email to Louellen.Butler@va.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »