Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

65 -- **Emergency COVID-19 Request** Isolation Gowns

Notice Date
7/6/2020 9:35:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0566
 
Response Due
7/9/2020 12:00:00 PM
 
Archive Date
08/08/2020
 
Point of Contact
Jared P Zinsmeister, Jared Zinsmeister, Phone: 360-852-9859
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 14 0001 07-06-2020 663-20-3-219-0234 36C260 Department of Veterans Affairs Network Contracting Office 20 5115 NE 82nd Ave, Suite 102 Vancouver WA 98662 Y Department of Veterans Affairs Network Contracting Office 20 5115 NE 82nd Ave, Suite 102 Vancouver WA 98662 To all Offerors/Bidders 36C26020Q0566 07-02-2020 X a. The purpose of this modification is to extend the closing date of the solicitation, and remove and replace level 4 gowns with level 3 gowns. b. The solicitation close date will change from 07/08/2020 1PM MST to 07/09/2020 at 1PM MST. c. Line item 4 will change to: Level 3 Dispsoable Isolations Gown Laminated (Medium) Brand: Bishop & Bishop Product Code: B-KBAT20-006. d. Line item 5 will change to: Level 3 Dispsoable Isolations Gown Laminated (Large) Brand: Bishop & Bishop Product Code: B-KBAT20-006. e. Line item 5 will change to: Level 3 Dispsoable Isolations Gown Laminated (Medium)Brand: Bishop & Bishop Product Code: B-KBAT20-006. f. See SOW for changes. CONTINUATION PAGE 1. This is a combined synopsis/solicitation for Isolation Gowns, Shoe Covers, and Hair Caps, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes, and samples are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26020Q0566 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 effective March 30, 2020, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provision may be accessed in full text at http://farsite.hil.af.mil. 4. This solicitation is set aside 100% for Service Disabled Veteran Owned Small Businesses and the associated NAICS 339113 code has a small business size standard of 750 employees. The business has been verified for ownership and control pursuant to 38 CFR 74. The Government is seeking a contract to acquire Isolation Gowns, Shoe Covers, and Hair Caps. This solicitation is seeking to fulfill the statement of work. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Level 2 Disposable Isolation Gown (Medium) Brand: Bishop & Bishop Product Codes: B-KBAT20-005 25,000 Each __________________ __________________ 0002 Level 2 Disposable Isolation Gown (Large) Brand: Bishop & Bishop Product Code: B-KBAT20-005 25,000 Each __________________ __________________ 0003 Level 2 Disposable Isolation Gown (Extra Large) Brand: Bishop & Bishop Product Code: B-KBAT20-005 5,000 Each __________________ __________________ 0004 Level 3 Dispsoable Isolations Gown Laminated (Medium) Brand: Bishop & Bishop Product Code: B-KBAT20-006 25,000 Each __________________ __________________ 0005 Level 3 Dispsoable Isolations Gown Laminated (Large)Brand: Bishop & Bishop Product Code: B-KBAT20-006 25,000 Each __________________ __________________ 0006 Level 3 Dispsoable Isolations Gown Laminated (Medium) Brand: Bishop & Bishop Product Code: B-KBAT20-006 5,000 Each __________________ __________________ 0007 Level 2 Disposable Isolation Shoe Cover Brand: Bishop & Bishop Product Code: B-KZAP20-001 100,000 Each __________________ __________________ 0008 Level 1 Disposable Isolation Hair Cap Brand: Bishop & Bishop Product Code: B-KGOR20-001 50,000 Each __________________ __________________ GRAND TOTAL __________________ 6. Statement of work: Isolation Gowns, Shoe Covers, Hair Caps BACKGROUND The Department of Veterans Affairs, VA Puget Sound HCS would like to establish an isolation gown, isolation shoe cover, and isolation hair cap contract. This requirement was established through the Incident Command at the VA Puget Sound HCS. This is a solicitation for isolation gown, isolation shoe cover, and isolation hair cap prepared in accordance with the Simplified Acquisition Procedures of FAR 13. The contract awarded by the Government shall be for providing uniform clothing apparel. OBJECTIVE To establish an emergency contract for isolation gown, isolation shoe cover, and isolation hair cap with a clothing apparel manufacturing service to standardize our cloth face mask at the VA Puget Sound HCS. PERIOD OF PERFORMANCE Base (Date of award through October 20, 2020) No service shall be performed October 20st 2020 without authorization. PLACE OF PERFORMANCE: Please refer to the list below: Scope Vendor must provide products as exact specification as below. Items Quantity Material Level 2 Disposable Isolation Gown (Medium) Brand: Bishop & Bishop Product Codes: B-KBAT20-005 25,000 Medium-weight 100% Non-woven spunbond polypropylene fabric Level 2 Disposable Isolation Gown (Large) Brand: Bishop & Bishop Product Code: B-KBAT20-005 25,000 Medium-weight 100% Non-woven spunbond polypropylene fabric Level 2 Disposable Isolation Gown (Extra Large) Brand: Bishop & Bishop Product Code: B-KBAT20-005 5,000 Medium-weight 100% Non-woven spunbond polypropylene fabric Level 3 Dispsoable Isolations Gown Laminated (Medium) Brand: Bishop & Bishop Product Code: B-KBAT20-006 25,000 Heavy-Weight 100% SMMS (Spunbond +meltblown + meltblown + Spunbond non-woven) Level 3 Dispsoable Isolations Gown Laminated (Large) Brand: Bishop & Bishop Product Code: B-KBAT20-006 25,000 Heavy-Weight 100% SMMS (Spunbond +meltblown + meltblown + Spunbond non-woven) Level 3 Dispsoable Isolations Gown Laminated (Medium) Brand: Bishop & Bishop Product Code: B-KBAT20-006 5,000 Heavy-Weight 100% SMMS (Spunbond +meltblown + meltblown + Spunbond non-woven) Level 2 Disposable Isolation Shoe Cover Brand: Bishop & Bishop Product Code: B-KZAP20-001 100,000 Light-weight non-woven spunbond polypropylene fabric Level 1 Disposable Isolation Hair Cap Brand: Bishop & Bishop Product Code: B-KGOR20-001 50,000 Light-weight non-woven spunbond polypropylene fabric Products must be name brand or equal. Specifications and material must be exact as stated above. Product must be supplied within 14 days of contract award FOB destination. Sample of items must be sent to VA Puget Sound Health Care System listed above prior to solicitation closing. Make ATTN: Travis Spears Additional isolation gowns, isolation hair caps, and isolation shoe covers may be purchased under this SOW before the end of the base period. Products must meet established Federal, State, and Local Infection Control, VHA, and Joint Commission regulations upon delivery. 7. Delivery: See Statement of Work (SOW) for Period of Performance (POP), and location of work. 8. The provision at 52.212-1, Instructions to Offerors Commercial items (DEVIATION 20018-O0018), applies to this acquisition: All offeror quotes for this solicitation must be received electronically through email to jared.zinsmeister@va.gov no later than 07/09/2020 1PM MST. Sample of items must be sent to VA Puget Sound Health Care System listed above prior to solicitation closing. Make ATTN: Travis Spears and include vendor name, address, and telephone number. 3. The solicitation number. 4. The name and DUNS #, address, and telephone number of the offer. 5. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 6. Contractor shall provide an authorized distribution letter from the manufacture. 7. Price and any discount terms. 9. The provision at 52.212-2, Evaluation Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest priced quotation that meets all SOW requirements that is responsive and responsible. A comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), after its receipt, unless a written notice of withdrawal is received before award. 10. 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. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.211-73 Brand Name or Equal. (JAN 2008) 52.217-6 Option for Increased Quantity 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246-71 Rejected Goods 12. 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: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American--Supplies (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to jared.zinsmeister@va.gov and received no later than 4PM MST on 07/09/2020. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Jared Zinsmeister at jared.zinsmeister@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6817c374b5c485299e01f6deff600e9/view)
 
Place of Performance
Address: VA Puget Sound Health Care System Seattle VA Medical Center 1660 S. Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN05712440-F 20200708/200706230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.