United States - 66--Rat Cages for Lexington VAMC

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
08 May 2019
Opportunity publication date
03 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 02, 2019 8:52 am

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 5 of 6

Original Date: 10/12/17

Revision 01 Date: 01/08/18

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

36C24919Q0239

Product or Service Code:

6640

Set Aside:

Veteran Owned Small Business

NAICS Code:

332618

Contracting Office Address

NCO 9 Contracting Office

1639 Medical Center Parkway

Suite 400

Murfreesboro, TN 37129

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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 332618, with a small business size standard of 500.

The Network Contracting Office (NCO) 9 is seeking to purchase Rat Cages.

THIS IS A BRAND NAME OR EQUAL SOLICITATION IAW FAR 52.211-6.

THIS IS A 100% VETERAN OWNED SMALL BUSINESS SET-ASIDE.

IAW FAR 52.211-6, Brand Name or Equal, the Manufacturer and/or Stock Numbers are listed for reference only. Offerors may provide a solution that has differing line items so long as the Salient Characteristics are satisfied. Vendors are not restricted to matching the line items directly. Review reference FAR provision for more details.

All interested companies shall provide quotation for the following:

All items must be Allentown Brand Name or Equal

Supplies

Line Item

Description

Quantity

Unit Price

Total Price

0001

IVC Rat cages

LOCAL STOCK NUMBER: RERCP030AN-053591210

2

0002

Sentinel Media Holder Kit

LOCAL STOCK NUMBER: K10036

2

0003

Ecoflo Supply blower

LOCAL STOCK NUMBER: EFS110GRPO-0A4E

1

0004

Hose Assembly 3:4

LOCAL STOCK NUMBER: 225470

1

0005

Ecoflow Exhaust Blower

LOCAL STOCK NUMBER: EFV113GLPO-0X00

1

0006

Hose Assembly 4:4

LOCAL STOCK NUMBER: 225472

1

0007

Rat 1800 cages

LOCAL STOCK NUMBER: 226231-1

30

0008

Wire Bar Lids

LOCAL STOCK NUMBER: 413126

30

0009

Cage Divider

LOCAL STOCK NUMBER: 227078

30

0010

External Bottle Top

LOCAL STOCK NUMBER: 230347

30

0011

Rat 900 cages

LOCAL STOCK NUMBER: 225437

15

0012

Rat 900 Wire Bar Lid

LOCAL STOCK NUMBER: 412410

15

0013

External Bottle Top 900 cages

LOCAL STOCK NUMBER: 225440

15

0014

Cage Cardholder

225440-1

LOCAL STOCK NUMBER: HH35P9

45

Delivery shall be provided no later than 15 days after order/award of contract.

Delivery terms FOB Destination. The contractor shall deliver line items 0001 -0014 to Lexington VA Medical Center.

Salient Characteristics

Definitions:

GRAY MARKET ITEMS are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors.

Must be Allentown Brand Name or Equal.

Cannot be a Gray Market Item.

The cages on the IVCs must conform to the Guide for the Care and Use of Animals for animal holding of rats.

These units must offer 24/7 supply and exhaust needs, offer sentinel PCR testing setups, and provide varying size cages on a single rack.

The rat cages must be large enough to hold two 500-gram rats.

Varying cage size per rack (i.e. two different style cages on one rack to account for varying housing needs).

The smaller rat cages must have a minimum of 142 sq. inches of floor space.

The large rat cages must have a minimum of 280 sq. inches of floor space.

Both 142 sq. inch cages and 280 sq. inch cages must fit on same rack.

The cages must be constructed of poly-sulfone.

The rat cages must have a full front pocket wire bar lid.

The cage lid must contain a silicone gasket and be capable of being sealed to prevent air leakage.

The supply air entering the cage should be from the cage base and the exhaust air should be from the cage lid via ASEP s (self-sealing ports).

The animals must be visible from the front of the cage without moving the cage on the rack.

The cage must be able to be either held at a positive or negative pressure.

Sentinel EAD must be able to be accessed at 4 exhaust Plenum on rack.

The cages must be stackable.

The cage bottom & lid must fit tightly together and be able to seal to the cage utilizing a silicone gasket without the use locks.

The cage lid must be constructed of poly-sulfone.

The lid must contain the port for exhaust air from the cage to the rack. The port or ASEP must utilize a metal snap ring and NOT a rubber O ring.

These ports should seal tightly to the rack.

The ability to provide an external water bottle through the lid without opening the cage is desirable.

The cage lids should be stackable with each other.

Place of Performance

Address:

1101 Veterans Drive Lexington, KY

Postal Code:

40502

Country:

UNITED STATES

Award shall be made to the quoter whose quotation is lowest quoted technically acceptable.

FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)

http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items Oct 2018

FAR 52.212-3, Offerors Representations and Certifications Commercial Items Oct 2018

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 2019

The following subparagraphs of FAR 52.212-5 are applicable:

(4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)

(8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)

(18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011)

(22) 52.219-28, Post Award Small Business Program Representation (JUL 2013)

(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018)

(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015)

(28)(i) 52.222-26, Equal Opportunity (SEPT 2016)

(30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)

(33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019)

(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

(47)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)

(ii) Alternate I (MAY 2014) of 52.225-3

(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)

(55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)

VAAR 852.203-70 Commercial Advertising (MAY 2008)

VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018)

VAAR 852.211-72 Technical Industry Standards (NOV 2018)

VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)

VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)

VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)

VAAR 852.246-71 Rejected Goods (OCT 2018)

VAAR 852.247-71 Delivery Location (OCT 2018)

Gray Market Prevention Language:

Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable.

All quoters shall submit quote with priced line items. No substitution or like items will be accepted. Quotes will be accepted as (all or none).

All quoters must be a Veteran Owned Small Business as defined in FAR Clause 52.219-6. All quoters must have an active and complete registration in SAM: https://www.sam.gov/portal/SAM/ prior to award. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

All quoters must have an active and complete registration in VIP: https://vip.vetbiz.va.gov/

All quotations shall be emailed to Joshua Richardson at Joshua.Richardson2@va.gov, subject line: Rat Cages.

This is an open-market combined synopsis/solicitation for products as defined herein.  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. 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:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than Friday, May 8, 2019 by 9:00 A.M. CST at emailed to Joshua.Richardson2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail addressed to Joshua Richardson at Joshua.Richardson2@va.gov, subject line: Rat Cages.

Opportunity closing date
08 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?