SOLICITATION NOTICE
65 -- Brand Name or Equal - Steris Warming Cabinets - West Haven VA Medical Center
- Notice Date
- 5/19/2025 7:13:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0440
- Response Due
- 5/25/2025 2:00:00 PM
- Archive Date
- 07/24/2025
- Point of Contact
- Kurt Fritz, Contract Specialist, Phone: 203-932-5711
- E-Mail Address
-
kurt.fritz@va.gov
(kurt.fritz@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Effective Date: 04/18/2025 Revision: 02 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 2025-04 This solicitation is set-aside for: Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 Employees. The FSC/PSC is 6515. The Veterans Health Admiration, Regional Procurement Office, Network Contracting Office is seeking to purchase Warming Cabinets including installation. All interested companies shall provide quotations for the following: Line Part # Description Qty Unit Price Ext Price 1 DJ060124331 (COO: US) Warming Cabinet Dual Compartment with Glass Doors, 24"" D with 3 Shelves, Standard Model Featured The STERIS Amsco Warming Cabinet efficiently and accurately raises and maintains the temperature of surgical IV and irrigation solutions and blankets to adjustable and acceptable levels for healthcare facilities. This model is configured as a dual compartment, free-standing or recessed unit 24"" deep, with glass doors in a 120 V option. It's designed with Standard Features that promote safety, security, compliance and ease of use. Outside Dimensions (H x W x D) at 24"" Depth 74 3/4 x 30 x 26 1/2"" 6th Generation Warming Cabinets Dual Compartment 4 2 SE132002 (COO: US) INSTALL WARMING CABINET STERIS installation includes all necessary labor (non-union) and materials required to uncrate, set-in place and assemble STERIS equipment. Price is for normal working hours, Monday Friday 8 am -5 pm unless otherwise noted. STERIS also includes with its Installation Services an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. Please refer to the STERIS terms and conditions of installation found later in this quotation for a more detailed description of the scope of work. 5 3 DJ06012412312 (COO: US) Warming Cabinet Mid-Size Single Compartment, Glass Doors, 24""D, Premium Model w\IV Claim, Electronic Door, Data, 120V The Mid-Size Digital Warming Cabinet compatible and approved for Surgical IV fluids, irrigation solutions and blankets is a 7.2 cu ft single chamber equipped with 3 wire baskets for organized storage. The Mid- Size models are offered with glass doors as standard for instant viewing of contents and are available in freestanding, recessed and mobile configurations. The Premium Model is fully equipped with features that promote compliance, security and ease of use including mechanical and electronic door locks, electronic data recording, temperature programming, F and/or C units of measure and other critical controls. Outside Dimensions (H x W x D) 36 3/8x 30 x 27 1/8"" (924 x 762 x 689 mm) 1 5 DJ060124131 (COO: US) Warming Cabinet, Single Compartment, Glass Door, 24""D, Standard Model, 120V The STERIS Amsco Warming Cabinet efficiently and accurately raises and maintains the temperature of surgical IV and irrigation solutions and blankets to adjustable and acceptable levels for healthcare facilities. This model is configured as a single compartment, free-standing or recessed unit 24"" deep, with a glass door in a 120 V option. It's designed with Standard Features that promote safety, security, compliance and ease of use. Outside Dimensions (H x W x D) at 24"" Depth24 1/4 x 30 x 26 1/2"" 1 Warming Cabinets must be manufactured in the United States. Level One Service training for VA technicians Delivery Time: 8-24 Weeks A.R.O. Delivery Type: FOB Destination Place of Performance/Place of Delivery Address: West Haven VA Medical Center 950 Campbell Avenue West Haven, CT 06516, USA 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 (MAY 2024) (DEVIATION FEB 2025) 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 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) [(DEVIATION FEB 2025)] System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) 52.219-33, Nonmanufacturer Rule (SEP 2021) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-23, Sustainable Products and Services (May 2024) [(DEVIATION FEB 2025)] 52.225-1, Buy American--Supplies (OCT 2022) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) All quoters shall submit the following: Please reference RFQ 36C24125Q0343 in the subject line of email response. Failure to include RFQ number could result in response being missed. All quotes shall be sent to the RPOE, NCO 1 via email to Kurt Fritz at kurt.fritz@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: Price, Warranty, Product Support, Speed of Delivery and Installation The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits an� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold; (2) Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3) Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ)� at or before the exact time specified in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� quotes� must� show (1)� The� solicitation� number. (2)� The time specified in the� solicitation� for receipt of� quotations; (3)� The name, address, and telephone number of the� quoter; (4)� A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; (5)� Terms of any express� warranty; (6)� Price and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Quotation� Amendments; (10)� Past performance� information will not be considered in simplified acquisition procurements. (11)� Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� quotes. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may� accept issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation� by specific limitations. Unless otherwise provided in the quotation,� offers� may� not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quote. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Quoter� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request for Quote (RFQ) when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l)� Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 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 May 25th, 2025, 5pm EST. 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 above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3f1f63a300724e23b3fa684687f1bf95/view)
- Place of Performance
- Address: West Haven VA Medical Center 950 Campbell Avenue, West Haven, CT 06516, USA
- Zip Code: 06516
- Country: USA
- Zip Code: 06516
- Record
- SN07448135-F 20250521/250519230045 (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 |