Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

66 -- Anaerobic Chamber - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Regional Procurement Office (RPO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
36C24E19Q0182
 
Response Due
9/13/2019
 
Archive Date
11/12/2019
 
Point of Contact
Contracting Officer: Michael Haydo
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E19Q0182 Posted Date: 09/10/2019 Original Response Date: 09/16/2019 Current Response Date: 09/16/2019 Product or Service Code: 6640 Laboratory Equipment and Supplies Set Aside (SDVOSB/VOSB): Cascading Set-aside (see cascading instructions below) NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing Contracting Office Address US Department of Veterans Affairs Regional Procurement Office East Research and Development Team 323 North Shore Dr. Pittsburgh, PA 15212 Description This is an open market 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; quotations are being requested, and a separate written solicitation document will not be issued. The government intends to award a purchase order as a result of this combined synopsis / solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one (1) Anaerobe Systems AS-580 Anaerobic Chamber system, or an equal/better item in accordance with the specifications. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity 0001 AS-580 Anaerobic Chamber System (or equal to better items) 1 The potential vendor shall supply instrumentation that meets or exceeds the following specifications for one (1) automated anaerobic system: Due to limited space in the LAB the overall maximum size requirements are essential and listed below. -Overall unit not to exceed: 64 W x 29 D x 29 H (39 H with light) -Inside Work Surface: 46 W x 28 D Salient features for a Gloveless Anaerobic Chamber: -Minimum inside Work Surface: 46 W x 28 D -Minimum incubator Temperature Range: 20 ° C to 50 ° C (user controlled) -Minimum incubator Capacity: 648 plates (576 plates if using racks) -Passbox Overall Dimensions: 16.2 W x 12.6 D x 12 H -Passbox Indicators: Indicate when passbox is anaerobic -Passbox Cycle Time: 3.5 minutes Vendor shall Install and setup (1) Anaerobic Chamber includes unloading equipment and set in place at Malcom Randall VA Medical Center in Building 1 room E-459, Gainesville, FL. Installation and setup will be provided by a representative to include connecting to a gas and install all accessories, start anaerobic purge, perform full systems inspection and verification. Vendor shall provide Training on the Anaerobic Chamber after installation is completed. Minimum One (1) Year Equipment Warranty covers equipment to be free from defects in material and workmanship for one (1) year from the time of installation unless otherwise specified. Any defective part(s) and labor to repair or replace such part(s) shall be provided under this warranty. This is a BRAND NAME OR EQUAL REQUIREMENT for one (1) Anaerobe Systems AS-580 Anaerobic chamber; or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products shall meet, or exceed, all of the salient characteristics shown above. All responses shall include product information that demonstrates equivalency to the salient characteristics. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee The following subparagraphs of FAR 52.212-5 are applicable: (a) All (b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55) (d) All The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor "meeting or exceeding the requirement, and (3) price".     Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures with the order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: Submission shall be received not later than 9/13/2019 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted. Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c9b4a419f71944af7967a93bb0e825e)
 
Document(s)
Attachment
 
File Name: 36C24E19Q0182 36C24E19Q0182.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148036&FileName=36C24E19Q0182-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148036&FileName=36C24E19Q0182-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05438156-W 20190912/190910231029-0c9b4a419f71944af7967a93bb0e825e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.