Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2025 SAM #8541
SOLICITATION NOTICE

43 -- FY25 Service 1X 36C242-25-AP-1740|Endo-dry Compressor Purchase and Install

Notice Date
4/13/2025 8:43:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0473
 
Response Due
4/11/2025 11:00:00 AM
 
Archive Date
05/01/2025
 
Point of Contact
Anthony Murray, Supervisory Contracting Officer, Phone: 518-626-6138
 
E-Mail Address
Anthony.Murray2@va.gov
(Anthony.Murray2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 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 2025-03 (Effective 1/17/2025), CAAC Letters 2025-01/02(eff.02/18/2025), VAAM Alert 24-10 (eff. 04/09/2024), Acquisition Policy Flash 25-05 (eff. 4/2/2025) 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 333912 Air and Gas Compressor Manufacturing, with a small business size standard of 1,000 Employees. The FSC/PSC is 4310Compressor and Vacuum Pumps. The Network Contracting Office 02 Albany is seeking to procure purchase and installation of a compressor to operate an Endodry Cabinet. for the East Orange Campuses of the VA New Jersey Healthcare System. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price CLIN 0001 Purchase and install a desiccant air compressor to supply air to the Endoscopy Endodry cabinets. 1 EA Total Price STATEMENT OF WORK (SOW) Bldg. 1 Endsocopy Endodry Compressor Purchase and Install 1. Contract description. Purchase and install Endodry air compressor 2. Background. As part of new SPS (sterile processing service) guidelines storage of endoscopy scopes is supposed to be done in a sterile environment. These endodry cabinets will accomplish this goal 3. Scope. Contractor shall furnish all labor and materials to install the Beacon Medaes air compressor mdl. LE03-145-RD-071-DD-GR with desicant aire dryer for Endoscopy Suite 4. Specific Tasks. The scope of work shall include but not be limited to the following main items: Location for electrical power source is in chiller plant O.R. chiller rm., panel EQP1 Install breaker, electrical conduit and wiring for beacon Medaes LE03+145-RD-071-DD-GR compressor in O.R. chiller rm. Panel EQP1 per manufacturer recommendations. Location for endodry compressor is also in O.R. chiller rm., location is approx. 100 ft. from electrical panel source. Install compressor per manufacturers recommendations. Identify routing for copper piping from compressor to endodry cabinets Install copper piping from location on B level in the chiller plant through A level, 1st fl., to 2nd fl. endosopy suite. Piping connections and terminations to the endodry cabinets in the Endosopy Suite Power up compressor, verify there are no leaking connections in the piping, start up endodry cabinets and ensure they are operating properly. Immediately after receiving the contract award, the Contractor shall; Provide all necessary Labor, Material and equipment to perform the required work to provide fully functional system. Re-commission the system and prepare for system reactivation. 5. Performance Monitoring (if applicable). Work shall be coordinated with facility thru the Contracting Office Representative (COR). COR will monitor the contractor work performance on daily basis and the contractor is required to submit daily s progress report to the COR. 6. Security Requirements. General Contractor s employees shall not enter the project site without appropriate security badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer except as specifically required by the scope of the work. VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 7. Risk Control Contractor shall take all measures for safety & infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. 8. Place of Performance. VA NJ Healthcare System 385 Tremont Ave. East Orange, NJ 07018 Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 9. Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 10 calendar days. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 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. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.225-18 Place of Manufacture (AUG 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 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 36C24225Q0473; (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; The documentation must identify that the quoter is a business regularly engaged in Load Bank Testing for Generators under NAICS code 333912. The offer package must include any technical certificates or licenses for the entity and personnel required to operate in the field. The offeror must provide one (1) redacted and one (1) unredacted copy of their technical capability statement. The technical package cannot be more than ten (10) pages in length. (excluding any certificates or licenses) (5)� Terms of any express� warranty; (6)� Price detailed in the Price Schedule 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)� The offeror must include three (3) past performance references from contracts performed in the past five (5) years, whereby you have provided the same or similar services, of the same magnitude or greater of that described in this solicitation. If government contracts are provided, include contract number, dates of performance, points of contact, and telephone numbers. If non-government contracts are provided, include customer name, dates of performance, and point of contacts. (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) 52.212-2 Evaluation-Commercial Items (NOV 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award May 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 factors shall be used to evaluate quotations: Technical Capability Past Performance Price Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. The offeror will be evaluated on how well their submitted documentation demonstrates that they are a firm regularly engaged in the field for Generator Load Bank Testing. Past Performance: Past Performance will be evaluated on the submitted references for Past Performance. The Contracting Officer will evaluate any information in the Contractor Performance Assessment Reporting System (CPARS) to derive Past Performance Information on the Offeror. Those individuals with no past performance experience will receive a neutral rating. Price: The Government will evaluate the price by adding the total of all line item prices, including all options, if applicable. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 Products and Commercial Services. 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 Products and Commercial Services (Nov 2023) The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 852.203-70 Commercial Advertising (MAY 2018) 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 52.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) 852.242-71 Administrative Contracting Officer FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (FEB 2025) 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) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) 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) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 2.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2023) 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 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 2:00 pm EST on April 18, 2025. Send the response electronically to Anthony.Murray2@va.gov . Requests for Information (RFI) and questions are due no later than 4PM EST on April 16, 2025. Any questions or RFIs received after this time may not be addressed. 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 Anthony Murray is the Contracting Officer. Please send all correspondence to Anthony.Murray2@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/054db14480f04026ad912fe69506f014/view)
 
Place of Performance
Address: VA New Jersey Health Care System East Orange Campus 385 Tremont Avenue, East Orange, NJ 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN07406869-F 20250415/250413230040 (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.