H946--Sterile Processing Service (SPS) Water and Steam Testing Battle Creek

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159881118829407
Posted Date: Apr 25, 2024
Due Date: May 1, 2024
Solicitation No: 36C25024Q0550
Source: Members Only
Follow
H946--Sterile Processing Service (SPS) Water and Steam Testing Battle Creek
Active
Contract Opportunity
Notice ID
36C25024Q0550
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 03:18 pm EDT
  • Original Date Offers Due: May 01, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H946 - OTHER QC/TEST/INSPECT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Department of Veterans Affairs Battle Creek VA Medical Center Battle Creek , 49012
Description
Sterile Processing Service Water/Steam Testing for the Battle Creek VAMC for
ANSI/AAMI Water Compliance

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.

Solicitation number 36C25024Q0550 is issued as a request for quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) 2024-03.

This procurement is set-aside for Small Business Interests. Prospective offerors must be
registered and current in the System for Award Management (SAM) database at time of offer to
the Government (https://www.sam.gov).

Offers will only be accepted from responsible contractors. The associated North American
Industrial Classification System (NAICS) code for the procurement is 238220, with a Small
Business size standard of $19 million dollars. The FSC/PSC is H946.

The Network Contracting Office (NCO) 10, anticipates one firm fixed price contract award to
provide Sterile Processing Service Water/Steam Testing for the Battle Creek VAMC for ANSI/AAMI Water Compliance.

All interested companies shall provide quotations for the line items listed in Attachment 1 according to the Statement of Work (SOW) Attachment 2.

The Period of Performance start date is 05/06/2024 through 05/05/2025.

Place of Performance/Place of Delivery:
Address:
5500 Armstrong Rd, Battle Creek, MI
Postal Code:
49037
Country
USA
Address:
5838 Metro Way, Wyoming, MI
Postal Code:
49519
Country
USA
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  (SEP 2023)
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services  (FEB 2024)
52.204-7, System for Award Management (OCT 2018)
52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
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
52.204-9, Personal Identity Verification Of Contractor Personnel (JAN 2011)
52.204-13, System for Award Management Maintenance (OCT 2018)
52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
852.201-70, Contracting Officer s Representative (DEC 2022)
852.203-70, Commercial Advertising (MAY 2018)
852.204-70, Personal Identity Verification Of Contractor Personnel (MAY 2020)
852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION)
852.215-71, Evaluation Factor Commitments (OCT 2019)
852.232-72, Electronic Submission of Payment Requests (NOV 2018)
852.242-71, Administrative Contracting Officer (OCT 2020)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (FEB 2023)
The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801).
(6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
[ X ] (4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community see FAR 3.900(a).
[X ] (5) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
[ X ] (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub L. 117-328).
[ X ] (12) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note).
[ X ] (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644).
[ X ] (26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024) (15 U.S.C. 632(a)(2)).
[ X ] (31) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).
[ X ] (33) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[ X ] (34)(i) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
[ X ] (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C.
793).
[ X ] (39)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
[ X ] (48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
[ X ] (55) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[ X ] (62) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332).
[ X ] (66) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)).
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
[ X ] (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) (41 U.S.C. chapter 67).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation.
The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial products and commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712)
(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iv) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).
(v) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).
(vi) 52.204-27, Prohibition on a ByteDance Covered Application. (JUN 2023) (Section 102 of Division R of Pub L. 117-328).
(vii) (A) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) (Â Pub. L. 115 390, title II).
(B) Alternate I (Dec 2023) of 52.204 30.
(viii) 52.219-8, Utilization of Small Business Concerns (FEB 2024) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(ix) 52.222-21, Prohibition of Segregated Facilities (APR 2015)
(x) 52.222-26, Equal Opportunity (SEP 2015) (E.O. 11246).
(xi) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).
(xii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
(xiii) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)
(xiv) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xv) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67).
(xvi) (A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xvii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xviii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xix) 52.222-54, Employment Eligibility Verification (MAY 2022) (E.O. 12989).
(xx) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022).
(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).
(xxii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note)
(xxivi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxv) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.
(xxvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.

All quoters shall submit the following:
Quoters shall submit a SINGLE PACKAGE via email to Courtney.Seevers@va.gov cc ing Toni.Waggoner-Boykin@va.gov, no later than 4:00 PM EDT on 05/01/2024.
Price Quote Shall contain one (1) original copy of the signed quotation and completed Quoter s Certifications and Representations. The cost/price portion of each quote shall be submitted in the space provided in Attachment 1: Line Items.
Past Performance: Past performance shall be evaluated through the use of the Contractor Performance Assessment Retrieval System (CPARS) and a variety of sources both inside and outside the Federal Government in accordance with the policies and procedures contained in subpart 9.1, 13.106, or subpart 15.3, as applicable. When evaluating past performance, the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor s performance. The Government shall consider this information, as well as information obtained from any other sources when evaluating past performance. Quoters may provide information on problems encountered on the identified contracts and the offeror's corrective actions. An offeror that has no record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance.

All offers shall be sent to Courtney.Seevers@va.gov and CC d to Toni.Waggoner-Boykin@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: 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.
Past Performance:
Past performance evaluations will be conducted using information provided with the Quote, information obtained from references, information obtained from the Contractor Performance Assessment Reporting System (CPARS), and information from any other sources deemed appropriate.
When evaluating past performance, the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the Quoter s performance. The government may take into account past performance information regarding predecessor companies, key personnel who have relevant experience and/or subcontractors that will perform major or critical aspects of the requirement. Quoters can provide information on problems encountered on the identified contracts and the Quoter s corrective actions.
A Quoter that has no available relevant past performance history will not be evaluated favorably or unfavorably. Quoters are cautioned that the Government may review available past performance data available in the CPARS. The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Quoter when evaluating past performance.
Since the Government may not necessarily interview all of the sources provided by the Quoters, it is the Quoters responsibility to explain the relevance of the data provided. Quoters are reminded that the burden of proving low performance risk rests with the Quoters.
Price: The Government will evaluate the price by adding the total of all line item prices for the total contract value.
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.
Technical questions on this solicitation are due via e-mail only to Courtney Seevers, Contract
Specialist, at Courtney.Seevers@va.gov no later than 2:00 PM EDT, 04/29/2024.

Submission of your response shall be received not later than 4:00 PM EDT on 05/01/2024 at Courtney.Seevers@va.gov and CC d to Toni.Waggoner-Boykin@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:
Courtney Seevers, Contract Specialist: Courtney.Seevers@va.gov;
Toni Waggoner-Boykin, Branch Chief: Toni.Waggoner-Boykin@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 25, 2024 03:18 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 29, 2024[Combined Synopsis/Solicitation (Updated)] H946--Sterile Processing Service (SPS) Water and Steam Testing Battle Creek

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >