65--Pathology Workbenches for Indianapolis VAMC
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 Evalua... 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. The FSC/PSC is 6515. The Indianapolis VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202-2803 is seeking to purchase elevating laboratory workbenches. All interested companies shall provide quotations for the following Name Brand or Equal items: Supplies/Services Line Item Description QTY Unit of Measure Unit Price Total Price 0001 Symbiote ErgoStat Pro PH6612AS Pedestal, Hanging, Box/Box/File, Bar Pulls, Locking 25.63"x18"x15" 53 lbs 4 EA 0002 Symbiote ErgoStat Pro TBERG72AAS Table Base, Electric, 15" Travel, 24" and 30" Deep Surfaces, Glides 4 EA 0003 Symbiote ErgoStat Pro UCS3072CGL Ultra Surface, Chemsurf Laminate, Square Edge 1.25"x30"x72" 67 lbs 4 EA 0004 Symbiote ErgoStat Pro PMD6612AS Pedestal, Mobile, Box/Box/File, (2) Front Locking & (2) Rear Non-Swivel Black Casters, Bar Pulls, Locking 27.31"x22"x15" 84 lbs 3 EA 0005 Symbiote ErgoStat Pro PERG2460JASASBK ErgoStat Pro Base, Electric, 24x60, Glides, Hand Control "J" 3 EA 0006 Symbiote ErgoStat Pro XSLS2460-002-GL Work Surface, Laminate, Sq. Corners, 24 x60 , 8x36 Centered User Pocket Arc 3 EA 0007 Assembly and Install 1 JB Salient Characteristics Heavy Duty Elevating Workbench Quantity: 4 Weight load capacity: 750 lbs Electric/motorized base Glides (not casters) 29 -30 depth x 70-72 width Adjustable height range: 15 travel specifically minimum height of 26 and maximum height of 41 Heavy duty steel, highly stable legs Work surface: chemical-resistant laminate Electric plug strip with minimum of 3 outlets with 20A power load rating Storage cabinets Box/box/file 14.5-15 width x 18 depth x 19 -20 height Hanging/attached to elevating unit Quantity 4 Special requests: heavy-duty, highly durable workstation needed with no vibration acceptable. Elevating Workstation/Table Quantity: 3 Weight load capacity: 250 lbs Electric/motorized base Glides (not casters) 23.5-24 depth x 59 -60 width Adjustable height range: 26 travel specifically minimum height of 22.5 and maximum height of 48.5 Standard support legs Work surface: standard laminate Electric plug strip with minimum of 3 outlets with 20A power load rating Storage cabinets Box/box/file 14.5-15 width x 21 -22 depth x 22 -22.5 height Mobile on casters Quantity 6 Special requests: centered scalloped/pocket arc: 24 cutout that is 7-8 back from the front in the center. If submission is for comparable items, offeror will provide a copy of item/solution specifications with their quote. Delivery shall be provided FOB destination and no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: Richard L. Roudebush VA Medical Center 1481 W. 10th Street, Indianapolis, IN Postal Code: 46202-2803 Country: UNITED STATES 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2019) All quoters shall submit the following: a quote for the listed items, and any support documentation and specifications deemed pertinent. All quotes shall be sent to the Network Contracting Office 10, at robert.sagris@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 following are the decision factors: Evaluation Factors: Award will be made to the offeror who represents the best value to the Government. Offers will be evaluated based on price, technical, past-performance, and delivery. 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 3PM on 12/17/2019 at robert.sagris@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 Robert Sagris (317) 988-1524 robert.sagris@va.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »