Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2025 SAM #8587
MODIFICATION

65 -- EQUIPMENT -Brand Name or Equal to PHARMACY FREEZER for the Hudson Valley Healthcare System (Castle Point and Montrose Campus).

Notice Date
5/29/2025 1:08:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0665
 
Response Due
6/12/2025 1:00:00 PM
 
Archive Date
06/27/2025
 
Point of Contact
Sanchez Reid, Contract Specialist, Phone: 908.647.0180 x214466
 
E-Mail Address
Sanchez.Reid@va.gov
(Sanchez.Reid@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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, FAC Number 2025-03, effective date is 01/17/2025. This solicitation is set-aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with a small business size standard of 1,250 Employees. The FSC/PSC is 6515. The Hudson Valley Healthcare System is seeking to purchase brand name or equal to one single door upright pharmacy -grade freezer two (2). All interested companies shall provide quotation and a letter of authorization to distribute for the following: This is a brand name or equal to requirement with the following specifications: This is a brand name or equal request. Pharmacy-grade single door upright freezer, (one for Montrose and the other for Castle Point campus), that must have the following properties and functions: Pharmacy Stainless Steel Freezer 23 Cu. Ft. capacity Stainless steel exterior One swing solid door, self-closing 3 ea. Adjustable Shelves Digital display microprocessor temperature controller Adjustable operating temperature: 5°F -13°F (-15°C - -25°C) Audible and visual Hi/Lo temperature alarm 2 probes; 1 in air and 1 in sample bottle Sensor error alarm Continuous product (simulated) temperature display Remote alarm contacts Forced draft air circulation Keyed door lock Magnetic door gaskets for positive seal Integrated door handle LED interior lights are safety shielded and switch controlled Auto defrost Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price G503510102 PH-ABT-HC-SSP-23FA AMERICAN BIOTECH Pharmacy grade Freeze 2 The contractor shall deliver all supplies within sixty (60) days following the contract award. Place of Performance/Place of Delivery Address: Hudson Valley Healthcare System 41 Castle Point Road Wappingers Fall, NY 12590 Montrose Campus 2094 Albany Post Road Montrose, NY 10548-1454 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025) FAR 52.225-2 Buy American Certificate (Oct 2022) VAAR 819.7004 Limitations on Subcontracting Compliance requirements The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.225-2 Buy American Certificate Buy American Certificate (Oct 2022) (a)(1) The Offeror certifies that each endpoint product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end point listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) items, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American-Supplies. (b) Foreign End Products: Line-item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line-item No. [List as necessary] (d) The Government will evaluate offerors in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. Signature: ________________________ Date: ____________________________ (end of provision) VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a Non-Manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee. (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:__________________________________ (End of clause) All quoters shall submit the following: One (1) Quote/proposal in PDF format One (1) Buy American Certificate fully completed and signed One (1) Fully completed and signed Limitations on Subcontracting Certificate document All quotes shall be sent to the Contract Specialist at: Sanchez.Reid@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: Technical capability factor meeting or exceeding the requirement Past Performance, and Price 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 Thursday June 12, 2025, 1600EST at Sanchez.Reid@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: Sanchez Reid Sanchez.Reid@va.gov Network Contracting Office 2 VA New Jersey Healthcare System Lyons Campus, Bldg. 1, RM 313 151 Knollcroft Road Lyons, NJ 07939 908.647.0180 X 214466
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/607fa5082a564c65b5ae2e647a31e7f3/view)
 
Place of Performance
Address: Hudson Valley Healthcare System 41 Castle Point Road, Wappingers Fall NY 12590 2094 Albany Post Road, Montrose, NY 10548-1454, USA
Zip Code: 10548-1454
Country: USA
 
Record
SN07459129-F 20250531/250529230044 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.