Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:36C25021Q0325
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revisio...
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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 2021-04. This solicitation is set-aside for SMALL BUSINESS. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1250 employees. The FSC/PSC is 6515. The CHALMERS P. WYLIE VA AMBULATORY CARE CENTER |420 North James Rd |Columbus OH 43219 is seeking to purchase SAKURA Grossing Stations. All interested companies shall provide quotations for the following BRAND NAME ONLY ITEMS: PRODUCT CODE GROSSING STATION & OPTIONAL ACCESSORIES Unit Price Qty Quote Price 0137 PathPRO Grossing Station, Elevating 1 QA-138 Dual Monitor And Keyboard Mount 1 0148 Bracket, CPU 1 0150 Camera Mount Facility  0152 Cassette Holders  0156 Disposal, 1 HP (FO)  0164 Eyewash Assembly (FO)  0172 Formalin Dispense/Collection System (FO)  0173 Formalin Dispense System only  0174 Formalin Collection System  0175 Forms Holder  0177 Glove Box holder  0178 Halogen light, flex arm  0179 Hands-Free, Hot/Cold Water 1 0180 Hands-Free, Disposal 1 0181 Hands-Free, Dissecting Area Rinse  0186 Magnifier Light, Deck Mount (FO) 1 0188 Microphone on Flex Arm (FO)*   0190 Monitor & Keyboard Stand   0201 Ruler, Removable (FO)   0203 Scale, Economy Grade   0204 Scale, Digital   0205 Seismic Anchoring Kit   0206 Shelving/Cabinets, Stainless Steel (FO)   0207 Side Splashes   0208 Splash Shield, Plexiglas   0215 Trash Container, Ventilated (FO)   0219 Valve, Air (FO)   0220 Valve, Gas (FO)   0222 Ventilation Assembly, Self-Contained (FO)   0224 Video Camera Arm   0228 Voice-Activated Dictation   0229 Work Area Cover, Plexiglas   0232 X-Ray illuminator   STANDARD FEATURES All stainless steel construction Height adjustment from 32"-44" Exhaust duct to building Dual ventilation, downdraft and backdraft Foot operated water control Spray hose with hand control, 60" Disposal, 1/2 horsepower Dissecting area rinse Recessed LED lighting Paper towel holder, C-fold Instrument holder, magnetic Dissecting board, polyethylene GFCI electrical receptacle Storage compartment Removeable sink, 12" x 10" x 4.5" Delivery shall be provided 12-14 weeks ARO. FOB Destination. Place of Performance/Place of Delivery Address: The CHALMERS P. WYLIE VA AMBULATORY CARE CENTER 420 North James Rd Columbus OH Postal Code: 43219 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 (Jan 2020) The following subparagraphs of FAR 52.212-5 are applicable: The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt 1, 52.225-13, 52.232-33. All quoters shall submit the following: QUOTE All quotes shall be sent to the brooke.hansen@va.gov. Award will be based upon a LPTA assessment of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. MUST BE EXACT BRAND NAME. 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 January 26, 2021 at 4PM Eastern at brooke.hansen@va.gov. All correspondence must be made through email. 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 Brooke Hansen Brooke.hansen@va.gov