Call Center Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 3 Of 12
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 12
description
combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 12 Of 12
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 6
page 1 Of
solicitation Number: 36c10g25q0056
notice Type: Combined Synopsis/solicitation
synopsis: Combined Synopsis/solicitation
this Is A Combined Synopsis/solicitation For Brand Name Or Equal 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; Proposals Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 36c10g25q0056 Is Issued For This Combined Synopsis/solicitation; This Solicitation Is Being Issued As A Request For Quote (rfq). This Combined Synopsis/solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03, Dated January 17, 2025.
requirement Description:
the Veterans Health Administration (vha) Non-expendable Equipment National Program Has A Requirement To Purchase Terumoâ® Extracorporeal Perfusion Pumps Or Equal To Deliver Patient Care At Its Va Medical Centers Around The Country.
the Terumoâ® Extracorporeal Perfusion Pumps Or Equal Are Designed For Extracorporeal Gas Exchange And Reinfusion Of Blood, Typically During Heart-lung Bypass Procedures. These Pumps (known As Extracorporeal Perfusion Or Arterial Pumps) Consist Of Either A Mechanism That Uses Centrifugal Force (i.e., Centrifugal Pump) Or Rollers That Cyclically Compress The Arterial Line Tubing (i.e., Roller Pumps). Extracorporeal Perfusion Pumps Typically Receive Blood From The Vena Cava And Deliver It Back Through The Aorta By Means Of A Plastic Cannula After Processing The Blood In An Oxygenator/heat Exchanger, Bypassing The Heart And Lungs Completely. Both A Backup Arterial Pump And Connection To An Emergency Power System Are Necessary To Ensure Reliable Pump Operation.
a Single Award Requirements Contract Will Be Awarded Iaw Far 52.211-6 Brand Name Or Equal In Accordance With All Terms, Conditions, Provisions, Specifications, And Schedule Of This Solicitation Herein. Quotes Shall Contain The Terms For Cost/price And Technical Capabilities Of The Brand Name Or Equal Equipment. The Government Reserves The Right To Award Without Discussions.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 334510 Electromedical And Electrotherapeutic Apparatus Manufacturing, Product Service Code: 6515 Medical And Surgical Instruments, Equipment, And Supplies And The Associated Size Standard Is 800 Employees. This Procurement Action Is Issued As A Small Business (sb) Set-aside.
this Acquisition Is For Far Part 16.5 For Terumoâ® Extracorporeal Perfusion Pumps As Identified In Attachment A - Price Cost Schedule - Nx Eq Extracorporeal Perfusion Pumps And Paragraph 2 Below. All Interested Companies Shall Provide A Proposal For All Contract Line-item Numbers (clins) Listed In Attachment A - Price Cost Schedule - Nx Eq Extracorporeal Perfusion Pumps.
the Ordering Period Is For One 12-month Base Year With Four 12-month Option Years. Delivery Is Fob Destination. Firm-fixed Price Orders Will Be Placed Against This Contract In Writing And Will Provide The Delivery Locations, Delivery Dates And Exact Quantities.
the Far Provision At 52.212-1, Instructions To Offerors Commercial, Applies To This Acquisition Including Attached Addenda To The Provision.
the Far Provision At 52.212-2, Evaluation -- Commercial Items, And The Specific Evaluation Criteria As Attached Addenda Also Applies To This Acquisition.
the Offeror Is To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer.
clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition And A Statement Regarding Any Addenda To The Clause. Addendum Is Attached.
clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And A Statement Regarding Which, If Any, Of The Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition. Addendum Is Attached.
all Interested Quoters Must Be Registered In The System For Award Management (sam) Prior To Submitting A Quote. You May Access Sam At Https://sam.gov/sam/.
questions Regarding This Combined Synopsis/solicitation Are Due Via Email No Later Than May 09, 2025, By 11:59 Pm Est, To Contract Specialist, Daleta Coles At Daleta.coles@va.gov And Contracting Officer, Kimberly Lemieux At Kimberly.lemieux@va.gov. No Calls Will Be Accepted.
quotes Are Due Via Email No Later Than May 19, 2025, By 11:59 Pm Est To Contract Specialist, Daleta Coles At Daleta.coles@va.gov And Kimberly Lemieux At Kimberly.lemieux@va.gov.
1. Scope Of Work:
the Veterans Health Administration (vha) Non-expendable Equipment National Program Has Identified The Extracorporeal Perfusion Pumps Product Line As A Candidate For A Va-wide (otherwise Referred To As National ) Single Requirements Contract Award.
terumoâ® Extracorporeal Perfusion Pumps Or Equal Are Designed For Extracorporeal Gas Exchange And Reinfusion Of Blood, Typically During Heart-lung Bypass Procedures. These Pumps (known As Extracorporeal Perfusion Or Arterial Pumps) Consist Of Either A Mechanism That Uses Centrifugal Force (i.e., Centrifugal Pump) Or Rollers That Cyclically Compress The Arterial Line Tubing (i.e., Roller Pumps). Extracorporeal Perfusion Pumps Typically Receive Blood From The Vena Cava And Deliver It Back Through The Aorta By Means Of A Plastic Cannula After Processing The Blood In An Oxygenator/heat Exchanger, Bypassing The Heart And Lungs Completely. Both A Backup Arterial Pump And Connection To An Emergency Power System Are Necessary To Ensure Reliable Pump Operation.
the Contractor Must Demonstrate The Ability To Meet All Requirements For The Solicitation. The Objective Is To Provide Extracorporeal Perfusion Pumps To Be Used By Clinicians Throughout The Va Medical Centers And Facilities Located In The Continental United States (conus) Or Outside Of The Continental United States (oconus). The Period Of Performance Is For A Base Of 12-months With Four 12-month Option Periods.
2. Requirement
this Requirement Will Be Iaw Far Clause 52.211-6, Brand Name Or Equal Which Requires The Quoter To Indicate That Each Product Being Offered As An Equal Product To The Terumo Extracorporeal Perfusion Pumps Or Equal. For Each Equal Product, The Offeror Must Include A Description Reflecting The Salient Characteristics (sc) And Level Of Quality That Will Satisfy The Salient Physical, Functional, Or Performance Characteristics Of The Equal Product(s) Specified In The Solicitation. The Quoter Must Also Clearly Identify The Item By Brand Name (if Any) And Make/model Number. Finally, The Quoter Must Include Descriptive Literature, Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer, And Clearly Describe Any Modifications It Plans To Make To A Product To Make It Conform To The Solicitation Requirements.
the Following Line Items Comprise The Extracorpreal Perfusion Pumps Product Line:
contract Line Item#
brand
part Number
description
0001
terumo
816571
roller Pump, 6" (15.2 Cm) Diameter
0002
terumo
816570
roller Pump, 4" (10.2 Cm) Diameter
0003
terumo
801093
pole Mount Pump Rest With Bracket
0004
terumo
816477
dual Pumps Pole Mount Bracket
0005
terumo
816483
descending Pole Mount Pump Bracket
0006
terumo
164267
drive Motor
0007
terumo
816571
control Unit
0008
terumo
164268
manual Drive
0009
terumo
804372
pole Mount Centrifugal Display Bracket
0010
terumo
816620
flexible Mounting Arm
the Department Of Veterans Affairs (va) Is Seeking Vendors Who Can Provide Terumoâ® Extracorporeal Perfusion Pumps Or Equal As Listed Above Which Meet All The Following Salient Characteristics: Vendors May Quote Any Product Solution Or Configuration So Long As They Meet The Salient Characteristics. Products Quoted In The Technical Volume Must Be Captured On The Vendor S Pricing Volume (attachment A, Price Cost Schedule) Of The Solicitation. Vendors May Quote Any Additional Ancillary Products Which They Deem To Be Essential To The Functionality Of The Proposed Solution; These Items Must Be Captured In The Vendor S Pricing Volume With A Quantity Of Zero.
clin 0001 Applies To Sc 1
clin 0002 Applies To Sc 2
clins 0001-0002 Applies To Sc 3, Sc 8, And Sc9
clins 0003-0006 Applies To Sc 6
clins 0006-0007 Applies To Sc 5, Sc 8, And Sc9
clin 0008 Applies To Sc 4
clins 0009-0010 Applies To Sc 7
sc #
salient Characteristics
method Of Evaluation
page # Where Sc Is Found In Technical Literature
sc 1
roller Pump With 6-inch Head Diameter Capable Of A Flow Rate Of 0-10 L/min
literature Review
sc 2
roller Pump With 4-inch Head Diameter Capable Of A Flow Rate Of 0-4 L/min
literature Review
sc 3
capable Of Pulsatile Flow
literature Review
sc4
hand Crank Option For Emergency Operation
literature Review
sc 5
centrifugal Pump Capability With Adjustable Rpms
literature Review
sc 6
brackets/hardware For Mounting Roller Pumps To A Heart-lung Bypass Cart
literature Review
sc 7
brackets/hardware For Mounting Centrifugal Pump And Control Unit To A Heart-lung Bypass Cart
literature Review
sc 8
fda Approval
literature Review
sc 9
manufacturer Warranties - Should Outline Any Length And Coverage Of Warranties/guarantees Associated With Their Products, As These Can Provide Assurance Of Quality And Reliability To The Government
literature Review
in Addition To Meeting The Salient Characteristics The Following Sub Factors Will Be Evaluated:â
sub-factors
safety
safety Features And Functions Of The Offered Equipment Will Be Evaluated. Areas May Include But Are Not Limited To The Following:
fda Approval
single-directional Hand Crank For Roller Pumps
sensors With Applicable Visual And Audible Alerts, Including Alarm Messages
design
design Features And Functions Of The Offered Equipment Will Be Evaluated. Areas May Include But Are Not Limited To The Following:
supports Customization/modular Configuration For All Major Brands
supports Pole Mounting And/or Mounting At The Base Of The Heart-lung Bypass System
localized Control Settings (directly On Pump) And/or Via Heart-lung Bypass System Control Center
capable Of Pulsatile Flow
performance
equipment Will Be Evaluated For Its Ability To Perform Its Intended Function. Areas May Include But Are Not Limited To:
flow Rates
workflow Integration
quality/construction
aspects Of The Construction And Quality Of Material Of The Equipment Will Be Evaluated And May Include But Not Limited To:
life Span/warranty
equipment Integration
maintenance Requirements
service Program
training
for Each Product (brand Name And Part Number), The Response Must Include Descriptive Literature Demonstrating The Product Meets Or Exceeds The Scs Specified Above.
the Government's Intent Is To Include All Ancillary Items To Ensure The Equipment Can Function As Designed By The Original Equipment Manufacturer And As Clinically Required. Vendors Are Encouraged To Provide Any Product Solution Or Configuration So Long As They Meet The Scs. Additionally, Responses Can Include Any Additional Product That May Be Beneficial. These Items Must Be Clearly Identified By Brand Name And Part Number.
vendors May Propose Any Product Solution Or Configuration So Long As They Meet The Salient Characteristics. Products Proposed In The Technical Volume Must Be Captured On The Vendor S Pricing Volume (attachment A - Price Cost Schedule) Of The Solicitation. Vendors May Propose Any Additional Ancillary Products Which They Deem To Be Essential To The Functionality Of The Proposed Solution; These Items Must Be Captured In The Vendor S Pricing Volume With A Quantity Of Zero.
software Installation And Updates
the Contractor Grants To Va Non-exclusive, Non-transferrable Licenses To Use The Terumo Extracorporeal Perfusion Pumps Or Equal And All Associated Accessories And Software, Including Any Documentation, For The Systems Intended Purposes. At No Additional Cost, Customer Will Be Entitled To Software Updates When Such Updates Are Made Generally Available Without Cost To Other Licensees Of The Software. The Contractor Shall Coordinate The Installation Of Any Software Upgrades With Designated Facility Poc And Biomedical Engineer.
maintenance, Repairs And Replacement
preventative Maintenance Will Be Performed As Prescribed By The Manufacturer S Specifications. Maintenance, Repairs And Replacement Will Be Performed By Authorized Technicians And Will Be Coordinated Through The Designated Facility Poc And Biomedical Engineer.
product Refresh
product Refresh Is When A Current Clin Is No Longer Being Manufactured Due To
obsolescence And The Product Item Is Being Replaced With A Newer, And More Often, A
superior Version Of The Same Item. The Current Clin Product Will Be Revised To Reflect The
refreshed Product Information, Manufacturer S Part Number, Idiq Price (inclusive Of
service Level Agreement (sla) Fee), Etc.
the Government Reserves The Right To Not Accept The Products Offered Under
product Refresh. The Contractor Will Be Notified In Writing If A Product Refresh Is Not
accepted. All Products Offered Shall Be Provided With The Warranty That Is Agreed Upon
for This Contract.
the Contractor Agrees To Ensure That All Upgraded Improved/replaced Products
meet American With Disabilities Act (ada) And Health Information Portability And
accountability Act (hipaa) Federal Requirements.
the Contractor Shall Provide The Cor And Co The Following Information For Product
refresh:
(1) A List Of Specific Awarded Item(s) Being Refreshed In The Price/cost Schedule (to Include Commercial Pricing, Discount Offered, And Idiq Price (inclusive Of Sla Fee)).
(2) Product Literature For The Item(s) Refreshed.
(3) A Detailed Description Of The Differences Or Benefits Of Refreshed As Compared To The Item(s) Being Discontinued Or Added.
(4) Proper Identification Of Any Product Requirements And/or Procedures Related To Those Product(s) Proposed To Be Refreshed Or Upgraded.
(5) Fda Approval, If Applicable
(6) Provide Historical Sales To Va By Item(s), If Applicable
(7) Copy Of Commercial Warranty.
the Request Shall Be Submitted To The Cor, Copy To The Contract Specialist And Contracting Officer, For Review And Recommendation Of Approval To Be Submitted To The Co. The Co Shall Prepare A Bilateral Modification For Execution.
product Removal Or Recall
for Any Product Awarded Under This Contract Removed Or Recalled By The Manufacturer Due To Defects In The Product Or Potential Dangers To Patients, Or If Any Required Removal Or Recall Is Suggested Or Mandated By A Regulatory Or Official Agency, The Manufacturer Agrees To Take Following Steps Immediately:
notify The Contracting Officer (co) At The Strategic Acquisition Center In Writing, By The Most Expeditious Manner Possible.
provide Copies Of The Notification To Co, Contracting Specialist, Contracting Officer
representative, And Manager At Product Recall Office, All Agencies And Va Facilities Who Purchased The Product, Which Include, But Not Be Limited To The Following:
(1) Complete Item Description And/or Identification, Order Numbers From
customers And The Contract Number Assigned As A Result Of An Issuance On
the Solicitation;
(2) Reasons For Modifications, Removal Or Recall; And
(3) Necessary Instructions For Return For Credit, Replacement Or Corrective
action.
a Copy Of The Notification Will Be Provided To:
manager, Product Recall Office
national Center For Patient Safety
veterans Health Administration
24 Frank Lloyd Wright Drive, Lobby M
ann Arbor, Mi 48106
the Following Attachments Are Incorporated By Reference. All Criteria Outlined In The Attachments Are Applicable To This Combined Synopsis/solicitation Notice.
see Attached Document: Attachment A - Price Cost Schedule - Nx Extracorporeal Perfusion Pumps.
see Attached Document: Attachment B - Contract Administration -nx Eq Extracorporeal Perfusion Pumps-25mar Resolved.
see Attached Document: Attachment C - Contract Clauses Final 20250410.
see Attached Document: Attachment D - Solicitation Provisions-nx Eq Extracorporeal Perfusion Pumps-04.10 Final.
see Attached Document: Attachment E - Reporting Tool - Nx Eq Extracorporeal Perfusion Pumps.
see Attached Document: Attachment F - Past Performance Reference - Nx Eq Extracorporeal Perfusion Pumps.
see Attached Document: Attachment G - Past Performance Questionaire - Nx Extracorporeal Perfusion Pumps.
Closing Date20 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Chemical Products
United States
Details: Combined Synopsis/solicitation Notice
page 1 Of
solicitation Number:
36c10g25r0018
notice Type:
combined Synopsis/solicitation
synopsis:
combined Synopsis/solicitation
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) 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; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
solicitation Number 36c10g25r0018 Is Issued For This Combined Synopsis/solicitation; This Solicitation Is Being Issued As A Request For Proposal (rfp). This Combined Synopsis/solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03, Dated 17 January 2025.
requirement Description:
the Veterans Health Administration (vha) Non-expendable (nx) National Program Has Identified The Disinfectors: Liquid Germicide: Flexible Scope Aers Product Line As A Candidate For An Enterprise-wide (otherwise Referred To As National ) Single Requirements Contract Award. Disinfectors: Liquid Germicide: Flexible Scope Aers Are Designed To Standardize And Automate The Preparation Of A Manually Precleaned Endoscope So That It Is Safe For Immediate Reuse. These Units Typically Use A Liquid Chemical Germicidal Agent For Reprocessing. Aers Can Reduce The Likelihood That A Crucial Reprocessing Step Will Be Skipped, Help Ensure That Reprocessing Is Performed Consistently Using A Recommended Protocol And Reduce Personnel Exposure To The Irritating Effects Of Liquid Disinfectants/sterilant. Most Aers Provide Documentation Of The Disinfection/sterilization Cycle, Either In The System's Memory Or As A Hard-copy Printout.
a Single Award Requirements Contract Will Be Awarded Iaw Far 52.211-6 Brand Name Or Equal, All Terms, Conditions, Provisions, Specifications, And Schedule Of This Solicitation Herein. Proposals Shall Contain The Terms For Cost/price And Technical Capabilities Of The Brand Name Or Equal Equipment. The Government Reserves The Right To Award Without Discussions.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113 Surgical Appliance And Supplies Manufacturing, Product Service Code: 6515 Medical And Surgical Instruments, Equipment, And Supplies And The Associated Size Standard Is 800 Employees. This Procurement Action Is Issued As Full And Open Competition.
this Acquisition Is For A Single Award Requirements Contract With Firm-fixed Priced (ffp) Delivery Orders Iaw Far Part 16.5 For Steris Brand Name Or Equal Disinfectors And Accessories As Identified In Attachment A - Price Cost Schedule - Nx Disinfectors. Offerors Shall Provide A Proposal For All Contract Line-item Numbers (clins) Listed In Attachment A - Price Cost Schedule - Nx Disinfectors.
the Ordering Period Is For One 12-month Base Year With Four 12-month Option Years. Delivery Is Free On Board (fob) Destination. Ffp Orders Will Be Placed Against This Contract In Writing And Will Provide The Delivery Locations, Delivery Dates And Exact Quantities.â
the Far Provision At 52.212-1, Instructions To Offerors Commercial, Applies To This Acquisition Including Attached Addenda To The Provision (see Attachment D - Solicitation Provisions - Nx Disinfectors).
the Far Provision At 52.212-2, Evaluation -- Commercial Items, And The Specific Evaluation Criteria As Attached Addenda Also Applies To This Acquisition (see Attachment D - Solicitation Provisions - Nx Disinfectors).
the Offeror Is To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Volume V: Offer, Amendments, And Certifications & Representations Of Its Proposal (see Attachment D Solicitation Provisions Nx Disinfectors).
clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition And A Statement Regarding Any Addenda To The Clause. Addendum Is Attached (see Attachment C - Contract Clauses Nx Disinfectors).
clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And A Statement Regarding Which, If Any, Of The Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition (see Attachment C - Contract Clauses Nx Disinfectors).
all Interested Offerors Must Be Registered In The System For Award Management (sam) Prior To Submitting A Proposal. You May Access Sam At Https://sam.gov/sam/.
questions Regarding This Combined Synopsis/solicitation Are Due Via Email By 16:30 Cst On April 18, 2025, To Contract Specialist, Courtney Chattman At Courtney.chattman@va.gov And Contracting Officer, Jessica Edwards At Jessica.edwards6@va.gov. No Questions Will Be Accepted After The Due Date. No Calls Will Be Accepted.
proposals Are Due Via Email By 16:30 Pm Cst On May 5, 2025, To Contract Specialist, Courtney Chattman At Courtney.chattman@va.gov And Contracting Officer, Jessica Edwards At Jessica.edwards6@va.gov.
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.
product Description
1. Scope Of Work
the Vha Nx National Program Has Identified The Disinfector: Liquid Germicide: Flexible Scope Aer Product Line As A Candidate For Inclusion In The National Equipment Catalog (nec).
disinfectors: Liquid Germicide: Flexible Scope Aers Are Designed To Standardize And Automate The Preparation Of A Manually Precleaned Endoscope So That It Is Safe For Immediate Reuse. These Units Typically Use A Liquid Chemical Germicidal Agent For Reprocessing. Aers Can Reduce The Likelihood That A Crucial Reprocessing Step Will Be Skipped, Help Ensure That Reprocessing Is Performed Consistently Using A Recommended Protocol And Reduce Personnel Exposure To The Irritating Effects Of Liquid Disinfectants/sterilant. Most Aers Provide Documentation Of The Disinfection/sterilization Cycle, Either In The System's Memory Or As A Hard-copy Printout.
the Offeror Must Demonstrate The Ability To Meet All Requirements For The Solicitation. The Objective Is To Provide Disinfectors And Accessories To Be Used By Clinicians Throughout The Va Medical Centers And Facilities Conus And Oconus. The Period Of Performance Is For A 12-month Base Period And Four 12-month Option Periods.
2. Requirement
this Requirement Will Be Iaw Far Clause 52.211-6, Brand Name Or Equal Which Requires The Offeror To Indicate That Each Product Being Offered As An Equal Product To The Sterisâ® Disinfectors And Accessories. For Each Equal Product, The Offeror Must Include A Description Reflecting The Salient Characteristics (sc) And Level Of Quality That Will Satisfy The Salient Physical, Functional, Or Performance Characteristics Of The Equal Product(s) Specified In The Solicitation. The Offeror Must Also Clearly Identify The Item By Brand Name (if Any) And Make/model Number. In Addition, The Offeror Must Include Descriptive Literature, Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer, And Clearly Describe Any Modifications It Plans To Make To A Product To Make It Conform To The Solicitation Requirements. Descriptive Literature Will Be Evaluated To Determine Whether Proposed Items Meet The Scs. Descriptive Literature Will Also Be Evaluated To Assess The Strengths, Weaknesses, Deficiencies, And Risks For Each Technical Sub-factor.
the Following Line-items Comprise The Steris Disinfectors And Accessories Product Line:
clin#
brand
part Number
description
0001
steris
adv1007
adv Su Rap Pa 110v W/air - Aer Plymouth - Advantage Plus
0002
steris
adv1008
adv Su Rap Pa 110v No Air - Aer Plymouth - Advantage Plus
0003
steris
advpt3007
adv+ Pt 120v 30c W/air - Aer Plymouth - Advantage Pass Thru
0004
steris
advpt3008
adv+ Pt 120v 30c No Air - Aer Plymouth - Advantage Pass Thru
0005
steris
67199157
barcode, Adv 100-199
0006
steris
67199158
barcode, Adv 200-299
0007
steris
67199541
barcode, Adv 300-399
0008
steris
67199660
barcode, Adv 400-499
0009
steris
adv1063
adv, Printer System
0010
steris
40100104
paper, Adv Printer, 6pk
0011
steris
72233310
wall Mount Bracket
0012
steris
78400915
assy, Hookup Storage Rack
0013
steris
78400931
assy, Hookup Rack, Short
0014
steris
78400924
kit, Intercept Uptake 1g
0015
steris
78400974
spill Kit Rap Pa
0016
steris
adv1062
adv, Active Vapor Mgt
0017
steris
cas1000
model Cas-1000 Assy, Cassette, Transport
0018
steris
cb120002
bag, Small Accessory 2/pk
0019
steris
100555
model 100555 Ucr Adapter [1 Ea]
0020
steris
clm110hu0108
model Clm-110-hu0108 Hookup, Adptr Air/wtr
0021
steris
28001
model 2-8-001 Hu Zero Channel No Lt
0022
steris
28010
model 2-8-010 Assy, Hook-up, Olympus
0023
steris
28030
model 2-8-030 Assy, Hookup, Pentax-0k
0024
steris
28030han
model 2-8-030han Assy, Hookup, Pentax-ok
0025
steris
28040
model 2-8-040 Assy, Hkup Storz 0k
0026
steris
28040han
model 2-8-040han Assy, Hkup Storz 0k
0027
steris
28112
model 2-8-112 Assy, Hookup Olmpus 1k
0028
steris
28112han
model 2-8-112han Assy, Hook-up Olympus 1k
0029
steris
28210
model 2-8-210 Assy, Hook-up Olympus 2k
0030
steris
28218
model 2-8-218 Assy Hookup Oly 2k
0031
steris
28245han
model 2-8-245han Assy, Hookup, Storz-2k
0032
steris
28335han
model 2-8-335han Assy, Hookup, Olympus
0033
steris
28437han
model 2-8-437han Assy, Hook-up, Pentax
0034
steris
28511
model 2-8-511 Assy, Hook-up, Oly
0035
steris
28511han
model 2-8-511han Assy, Hook-up, Oly
0036
steris
28537han
model 2-8-537han Assy Hkup, Ptx90 4k+jet
0037
steris
28611
model 2-8-611 Assy, Hook-up, Oly
0038
steris
28611han
model 2-8-611han Assy, Hook-up, Oly
0039
steris
28617han
model 2-8-617han Assy, Hkup, Oly 2 Biopsy
0040
steris
28619
model 2-8-619 Assy Hu 140 W/mh-974
0041
steris
28711
model 2-8-711 Assy, Hookup, Olympus 5k
0042
steris
28711han
model 2-8-711han Assy, Hookup, Olympus-5k
0043
steris
28718han
model 2-8-718han Assy, Hook-up, Oly 160/180
0044
steris
28753
model 2-8-753 Assembly, Hookup, Oly-4k
0045
steris
28811
model 2-8-811 Assy Hkup Oly-echo+lift
0046
steris
28901
model 2-8-901 Kit Tee/toe/rus Hu Adv+
0047
steris
58010
model 5-8-010 Assy, Hookup Dbl Lt
0048
steris
58030han
model 5-8-030han Assy, Hookup
0049
steris
58040han
model 5-8-040han Assy Hookup Storz Ok Dbl
0050
steris
58050han
model 5-8-050han Assy, Hookup, Dilator
0051
steris
58112
model 5-8-112 Assy, Hookup 2-scope 1-k
0052
steris
ins1004
install, Advantage Plus Business Day
0053
steris
ins1005
install, Advantage Plus Non-business Day
0054
steris
ins1015
install, Adv-pass Thru Business Day
0055
steris
ins1016
install, Adv-pass Thru Non-business Day
0056
steris
se2000121
deinstall Advantage Plus
0057
steris
se2000221
deinstall Advantage Pass Thru
0058
steris
se2000900071
disposal Of Aer
0059
steris
se20001696
advantage Training - 1 Product (per Student)
0060
steris
se20002696
adv Pass-thru - 1 Product (per Student)
the Va Is Seeking Offerors Who Can Provide Steris Disinfectors And Accessories Or Equal As Listed Above Which Meet All Scs Listed Below. Offerors May Offer Any Product Solution Or Configuration So Long As They Meet The Scs.
offerors May Propose An Alternative Clin Structure Iaw Far 4.1003 And 4.1004. Offerors May Also Propose Any Product Solution Or Configuration So Long As They Meet The Salient Characteristics. Products Proposed In The Technical Volume Must Be Appear On And Correspond With The Offeror S Pricing Volume (attachment A - Price Cost Schedule - Nx Disinfectors).
offerors May Propose Any Additional Ancillary Products Which They Deem To Be Essential To The Functionality Of The Proposed Solution; These Ancillary Items Must Be Quantified In The Offeror S Pricing Volume With An Estimated Quantity Of Zero (0).
only New Equipment Is Acceptable; No Remanufactured Or "gray Market" Items. No Product In Development Shall Be Considered. All Items Must Be Covered By The Manufacturer's Warranty.
distributors Must Be Authorized Distributors/resellers As Certified By The Original Equipment Manufacturer (oem) (i.e., Oem Letter Dated Within 12 Months Of The Solicitation Close Date And Duly Signed By Oem S Authorized Representative) To Be Eligible For Award. The Oem Letter Must Be Valid For The Life Of The Contract. Failure To Include The Oem Letter With The Offer Will Render The Offer Non-compliant And Will Not Be Considered For Award.
the Following Scs Apply To Clins 0001-0004:
sc #
salient Characteristics
method Of Evaluation
sc Literature Map
sc 1
the Unit Should Be A Floor Configuration That Must Be Capable Of Efficiently Cleaning And High-level Disinfection (hld) Of All Major Brand Endoscopes.
literature Review
brand Name:
page #:â
sc 2
the Unit Must Have Visual And/or Audible Alarms To Alert The User If There Is A Problem With The Cycle Or When The Reprocessor Requires Maintenance (i.e. Filter Changes, Etc.)
literature Review
brand Name:
page #:â
sc 3
the Unit Must Have Automated Leak Detection Capabilities.
literature Review
brand Name:
page #:â
sc 4
the Unit Must Have The Ability To Electronically Document, At A Minimum: Cycle Parameters, Times, And Dates.
literature Review
brand Name:
page #:â
sc 5
the Unit Must Be Fda Approved For Sale In The U.s.
literature Review
brand Name:
page #:
3. Product Refreshâ â
product Refresh Is When A Current Clin Is No Longer Being Manufactured Due To
obsolescence And The Product Item Is Being Replaced With A Newer, And More Often, A
superior Version Of The Same Item. The Current Clin Product Will Be Revised To Reflect The
refreshed Product Information, Manufacturer S Part Number, Idiq Price (inclusive Of
service Level Agreement (sla) Fee), Etc.
the Government Reserves The Right To Not Accept The Products Offered Under
product Refresh. The Contractor Will Be Notified In Writing If A Product Refresh Is Not
accepted. All Products Offered Shall Be Provided With The Warranty That Is Agreed Upon
for This Contract.
the Contractor Agrees To Ensure That All Upgraded Improved/replaced Products
meet American With Disabilities Act (ada) And Health Information Portability And
accountability Act (hipaa) Federal Requirements.
the Contractor Shall Provide The Contracting Officer S Representative (cor) And Contracting Officer The Following Information For Product Refresh:
(1) A List Of Specific Awarded Item(s) Being Refreshed In The Price/cost Schedule
(to Include Commercial Pricing, Discount Offered, And Idiq Price (inclusive Of Sla
fee));
(2) Product Literature For The Item(s) Refreshed.
(3) A Detailed Description Of The Differences Or Benefits Of Refreshed As Compared
to The Item(s) Being Discontinued Or Added.
(4) Proper Identification Of Any Product Requirements And/or Procedures Related To
those Product(s) Proposed To Be Refreshed Or Upgraded.
(5) Fda Approval, If Applicable
(6) Provide Historical Sales To Va By Item(s), If Applicable
(7) Copy Of Commercial Warranty.
the Request Shall Be Submitted To The Cor, Copy To The Contract Specialist And Contract Officer, For Review And Recommendation Of Approval To Be Submitted To The Contracting Officer. The Contracting Officer Shall Prepare A Bilateral Modification For Execution.
4. Product Removal Or Recall
for Any Product Awarded Under This Contract Removed Or Recalled By The Manufacturer Due To Defects In The Product Or Potential Dangers To Patients, Or If Any Required Removal Or Recall Is Suggested Or Mandated By A Regulatory Or Official Agency, The Manufacturer Agrees To Take Following Steps Immediately:
notify The Contracting Officer At The Strategic Acquisition Center In Writing, By The Most Expeditious Manner Possible.
provide Copies Of The Notification To Contracting Officer, Contracting Specialist, Cor, And Manager At Product Recall Office, All Agencies And Va Facilities Who Purchased The Product, Which Include, But Not Be Limited To The Following:
(1) Complete Item Description And/or Identification, Order Numbers From
customers And The Contract Number Assigned As A Result Of An Issuance On
the Solicitation;
(2) Reasons For Modifications, Removal Or Recall; And
(3) Necessary Instructions For Return For Credit, Replacement Or Corrective
action.
a Copy Of The Notification Will Be Provided To:
manager, Product Recall Office
national Center For Patient Safety
veterans Health Administration
24 Frank Lloyd Wright Drive, Lobby M
ann Arbor, Mi 48106
5. Delivery
the Period Of Performance Will Be From Date Of Award For A Base Of 12-months With Four 12-month Option Periods. Contractors Will Be Required To Deliver Disinfectors And Accessories To Vha Facilities, Conus And Oconus, Iaw The Terms And Conditions Of The Contract. Delivery Requirements Shall Be Specified Under Each Individual Order. All Shipments Shall Be Fob Destination. The Contractor Must Coordinate Delivery With The Ordering Facility Point Of Contact.
6. Installation
the Ordering Facility And The Contractor Will Schedule Any Required Installation, Deinstallation, And Disposal. When Installation Is Not Required, The Contractor Shall Note If There Are Instructions For Use.
7. Training
the Ordering Facility And The Contractor Will Schedule Any Required Training. When Training Is Not Required, The Contractor Shall Note If There Are Instructions For Use.
8. Maintenance, Repairs And Replacement
the Ordering Facility And The Vendor/manufacturer Will Schedule Any Offered Installation, Deinstallation, And Disposal. When There Is A Need To Procure These Clins, The Ordering Facility Will Communicate With The Vendor On The Schedule And Delivery Times Upon Receipt Of Goods Based On Facility Needs. In Some Instances When Installation Is Not Required, The Contractor Should Note If There Are Instructions For Use.
9. Data Rights
commercial License Agreements May Be Made A Part Of This Contract/order But Only If Both Parties Expressly Make Them An Addendum Hereto, As Permitted By Far 12.212.â If The Commercial License Agreement Is Not Made An Addendum, It Shall Not Apply, Govern, Be A Part Of Or Have Any Effect Whatsoever On The Contract/order; This Includes, But Is Not Limited To, Any Agreement Embedded In The Computer Software (clickwrap), Any Agreement That Is Otherwise Delivered With Or Provided To The Government With The Commercial Computer Software Or Documentation (shrink-wrap), Or Any Other License Agreement Otherwise Referred To In Any Document.â if A Commercial License Agreement Is Made An Addendum, Only Those Provisions Addressing Data Rights Regarding The Government S Use, Duplication And Disclosure Of Data (e.g., Restricted Computer Software) Are Included And Made A Part Of This Contract/order, And Only To The Extent That Those Provisions Are Not Duplicative Or Inconsistent With Federal Law, Federal Regulation, The Incorporated Far Clauses And The Provisions Of This Contract/order; Those Provisions In The Commercial License Agreement That Do Not Address Data Rights Regarding The Government S Use, Duplication And Disclosure Of Data Shall Not Be Included Or Made A Part Of The Contract/order.â Federal Law And Regulation Including, Without Limitation, The Contract Disputes Act (41 U.s.c. § 7101 Et Seq.), The Anti-deficiency Act (31 U.s.c. § 1341 Et Seq.), The Competition In Contracting Act (41 U.s.c. § 3301 Et Seq.), The Prompt Payment Act (31 U.s.c. § 3901 Et Seq.), Contracts For Data Processing Or Maintenance (38 Usc § 5725), And Far Clauses 52.212-4, 52.227-14, 52.227-19 Shall Supersede, Control, And Render Ineffective Any Inconsistent, Conflicting, Or Duplicative Provision In Any Commercial License Agreement.â In The Event Of Conflict Between This Clause And Any Provision In The Contract/order Or The Commercial License Agreement Or Elsewhere, The Terms Of This Clause Shall Prevail.â The Contractor Shall Deliver To The Government All Data First Produced Under This Contract/order With Unlimited Rights As Defined By Far 52.227-14.â Claims Of Patent Or Copyright Infringement Brought Against The Government As A Party Shall Be Defended By The U.s. Department Of Justice (doj) Iaw 28 U.s.c. § 516; At The Discretion Of Doj, The Contractor May Be Allowed Reasonable Participation In The Defense Of The Litigation.â Any Additional Changes To The Contract/order Must Be Made By Modification (standard Form 30) And Shall Only Be Made By A Warranted Contracting Officer.â Nothing In This Contract/order Or Any Commercial License Agreement Shall Be Construed As A Waiver Of Sovereign Immunity.â
Closing Date5 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: This Is A Pre-solicitation Notice, This Not A Request For Proposals. This Is A Request For Sf-330 Architect/engineer Qualification Packages Only.
all Information Needed To Submit Sf330 Documents Is Contained Herein. No Solicitation Packages Or Technical Information Will Be Issued In This Phase.
the Department Of Veteran Affairs Network 6 Contracting Office Is Seeking Qualified Architect-engineering (a/e) Firms To Submit Standard Form 330 (sf 330) Architect/engineering Statement Of Qualifications For Project # 590-25-108 | Replace Nurse Call | Hampton Va Medical Center Located In Hampton, Virginia. Firms Submitting Qualification Packages Must Be Fully Licensed To Perform Designs As A Registered Professional A/e Firm In The United States To Be Considered For This Opportunity.
network Contracting Office (nco) 6 Va Facility Locations Include:
hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va., 23667.
this Acquisition Is 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb).
prospective Contractors Are Cautioned That Proposal Submitted In Response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part 74. The Sdvosb Concern Agrees That In The Performance Of The Contract, The Concern Will Comply With The Limitation On Subcontracting Requirements In Accordance With Vaar Clause 852-219-73 (jan 2023) (deviation), Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses.
for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Certified In Vetcert (veteran Small Business Certification (sba.gov)) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualification And Reporting To Vets -4212 Federal Contractor Reporting In Accordance With Far 52.222-37, Employment Reports On Veterans At Https://www.dol.gov/agencies/vets/programs/vets4212. Failure Of A Prospective Sdvosb To Be Certified By The Veteran Small Business Certification (sba.gov) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Certified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award.
contract Overview: A Firm Fixed Price A/e Design Service Contract Is Contemplated For Project # 590-25-108 | Replace Nurse Call. Iaw Vaar 836.204(g) The Estimated Magnitude Of Construction For This Project Is Between $5,000,000 And $10,000,000. The Estimated/target Design Completion Period Is 390 Calendar Days After Issuance Of Notice To Proceed. The Naics Code For This Acquisition Is 541330, Engineering Services With A Size Standard Of $25.5 Million.
project Scope: The A/e Shall Provide Design Services, For Nrm Construction Project 590-25-108. The Project Shall Replace The Entire Nurse Call System Throughout The Facility, To Include Pull Stations, Monitoring Systems And Servers. The Design Shall Remove The Existing Nurse Call Devices, Cabling, And Headend Equipment That Is Used For The Current System. The Project Shall Include All Patient Care Areas In The Following Buildings: 13, 14, 17, 148, 148t, 146, 144, 138, 138a, 137, 116, 114, 113, 110, 110a, 110b, 110c, 83, 66 And 43. The Design For The New Nurse Call System Shall Have The Following Minimum Capabilities:
code Blue System Shall Be Able To Be Tied In With Police Dispatch Staff Console For Notification.
all New Patient/staff Signaling Devices For All Locations With Nurse Call.
voice Over Ip Audio Communication.
touch Screen Staff Console With 2-way Communication.
wireless Phone, Pager, Overhead Paging Integration.
bed Monitoring With Bed Exit Alarms.
design Shall Comply With Va Guidelines And Specifications. Design Manuals And Specifications Can Be Found At Https://www.cfm.va.gov/til/index.asp Proposed Work Is Located At Hampton Va Medical Center.
selection Criteria: The A/e Source Selection Team Shall Utilize The Following Selection Criteria Listed In Descending Order Of Importance.
the Architecture-engineer (a/e) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. The Department Of Veterans Affairs (va) Shall Evaluate Each Potential Contractor In Terms Of The Following:
M - Firm Meets The Selection Criterion.
Nm - Does Not Meet The Selection Criterion.
the Submitted Sf-330s Will Be Evaluated On The Criteria Below, Listed In Order Of Importance:
(1) Professional Qualifications
(2) Specialized Experience And Technical Competence
(3) Past Performance
(4) Capacity To Accomplish The Work
(5) Construction Period Services
(6) Record Of Significant Claims
(7) Set-aside
(8) Location
selection Criterion 1: Professional Qualifications
professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience Of The Project Team With Hospital Nurse Call/ Paging System Projects Completed Through Design Within The Past Five (5) Years. Each Resume Shall Include A Minimum Of Two (2) Nurse Call/ Paging System Replacement Projects Completed Through Construction.
evaluation Considerations
do The Qualifications Indicate That The Project Team Has Recent Direct Experience On Replacement Of Nurse Call/ Overhead Paging System Projects Designing Similar Improvements To Those Proposed At Hampton Vamc? Is The Architect/engineer Providing A Team Where Each Member Has More Than 5 Years Of Experience? What Will Be The Role Of Interns If Used During Design?
firm Shall Provide A Table Of A Minimum Of 5 Comparable Projects Comparing Their Ige With The Bid/award Amount During Construction.
selection Criterion 2: Specialized Experience And Technical Competence
the A/e Must Have The Necessary Specialized Experience And Technical Competence In The Type Of Work Required, Specifically Evaluating And Replacing Nurse Call/ Overhead Paging Systems On A Hospital S Campus.
provide A Minimum Of Three (3) And No More Than Five (5) Projects That Are At Least 85% Complete Through Construction. Submitted Projects Must Be From Within The Past Five (5) Years And Should Be Projects That Best Illustrate Specialized Experience Of The Proposed Team. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office, Branch, Regional Office, Or Individual Team Member Proposed To Manage And/or Perform Work Under This Contract.
to Enable Verification, Firms Should Include The Sam Unique Entity Identifier (uei) Number Along With Each Firm S Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An Email Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above.
if The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole.
if The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration.
additionally, Firms Are Required To Submit Information That Will Clearly Demonstrate Specific Experiences And Qualifications Of Proposed Personnel And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects No More Than Five (5) Years Old That Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.)
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture. However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
evaluation Considerations
does The Architect/engineer Provide Evidence Of Understanding Of The Project; And Any Unique Architectural/engineering Aspects Associated With The Proposed Project And How To Address Them?
selection Criteria 3: Capacity To Accomplish The Work
the A/e Must Have The Capacity To Accomplish The Work In The Required Time For Both The Prime And Sub-consultants. This Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload (percentage) And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. The General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $100,000 Being Designed In The Firms Office.
indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period.
describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates.
volume Of Va Contract Awards In The Last 12 Months.
evaluator Consideration:
does The Proposed Design Team Have Sufficient Capacity To Work On This Project?
has The Firm Demonstrated An Ability To Meet Design Schedules In The Past?
has The Firm Demonstrated A Record Of Working Together As A Team?
selection Criteria 4: Past Performance
offerors Will Be Evaluated On Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules In A Hospital Setting. Provided Past Performance And Experience Shall Include Information In The Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 2 Projects. Past Performance May Also Include Other Information Provided By The Firm Such As Customer Inquiries, Government Databases, And Other Information Available To The Government. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
submission Requirements:
submit A Completed And Current (most Recent) Cpars/acass Evaluation For Each Project Submitted Under Criterion 2. If The Project Does Not Have A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client. Please Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Do Not Submit A Ppq When A Completed Cpars/acass Is Available.
submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Individual Completed Ppqs Should Be No More Than Five (5) Pages Long And Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment C), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq From A Previous Special Notice/rfp. It Must Be On The Same Form Included With This Special Notice, And It Must Be Legible. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires.
if Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Shannon Brown Via Email At Shannonmarie.brown@va.gov Prior To The Response Date. Please Copy Guy Brook, Guy.brook@va.gov, On All Submissions.
evaluator Consideration:
does The Proposed Architect/engineer Have Past Performance With Ratings Satisfactory And Above While Working On Hospital Projects?
does The Architect/engineer Have A Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
are The Evaluations Provided For The Projects Listed In Specialized Experience?
project Recency:
a Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered, As An Accurate Performance Record Cannot Exist For Work Not Yet Completed.
selection Criteria 5: Construction Period Services
offerors Will Be Evaluated On The Quality Of The Construction Period Services Provided. Construction Period Services Include But Are Not Limited To Professional Field Inspections, Review Of Construction Submittals, Support In Answering Requests For Information, And Support Of Construction Contract Changes.
experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
provide Up To Three (3) Completed Projects In The Past Five (5) Years That Best Illustrates The Construction Period Services Performed By The Team. Describe Construction Period Services Provided And Whether The Project Was Completed Within Schedule And Budget. Include A Contract Number Or Project Identification, Include Name, Telephone Number, And Email Of The Completed Project Stakeholder.
evaluator Consideration:
what Evidence Do The Qualifications Provide As To The Architect/engineer S Commitment To Proactive And Consistent Representation During Construction Specifically Answering Rfis, Reviewing Submittals And Periodic Site Visits?
selection Criteria 6: Record Of Significant Claims
interested A/e Firms Must Share Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.
indicate Any Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services Within The Past Five (5) Years.
selection Criteria 7: Set-aside
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
selection Criteria 8: Location
tie-breaker:
if Evaluations Of Sf330 S Result In The Same Rating, Proximity To The Facility Will Be Used As A Tiebreaker. The Distance Will Be Determined According To Http://maps.google.com/. For Firms That Have Multiple/regional Offices, The Location Of The Primary Project Team Will Be Used To Calculate The Distance And Should Be Provided In The Sf330. If The Location Of The Primary Project Team Is Not Identified, The Location Of The Main Office Will Be Used. Indicate The Location (physical Address) Of The Firms Or Teams, Including Main Offices, Branch Offices, Any Sub Consultants Offices, And The Location Of The Primary Project Team. Explain How This Will Be Advantageous To The Government.
selection Procedures:
this Requirement Is Being Procured In Accordance With The Brooks Act Of 1972, Federal Acquisition Regulation 36.6 (far) And Va Acquisition Regulation 836.6 (vaar) And Va Acquisition Manual (vaam) 836.6. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions.
selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating.
evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Could Result In A Firm Being Removed From Consideration. If Relevant Cpars Evaluation(s) Are Available, Report(s) Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Cpars Evaluation, The Ppq Included With This Notice Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). Official Cpars Evaluation(s) Found In In Government Databases Will Take Precedence. Completed Ppqs Should Be Submitted With Your Sf330.
firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract.
submission Requirements.
the Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages.
the Following Format Should Be Used:
cover Page With Solicitation Number, Project Title.
table Of Contents.
sf 330.
acceptability Under Other Appropriate Evaluation Criteria, I.e., Sf 330, Section H.
copy Of Current A/e State Engineer/architect License.
unique Entity Id (uei).
tax Id Number.
the E Mail Address And Phone Number Of The Primary Point Of Contact.
sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than 10:00 Am Est On February 36, 2025. Email Capacity Is Limited To Seven (7) To Ten (10) Megabytes (megs).
all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Contract Specialist Shannon Brown, Shannonmarie.brown@va.gov And Guy Brooks, Contracting Officer At Guy.brooks@va.gov. Please Provide Pre-solicitation Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated.
the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Proposal Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330.
all Questions Regarding This Announcement Must Be Emailed To The Contract Specialist Shannon Brown At Shannonmarie.brown@va.gov And Contracting Officer Guy Brooks At Guy.brooks@va.gov
site Visits Will Not Be Arranged This Phase.
this Announcement Is Not A Request For Proposal. This Is A Pre-solicitation Notice For Architect/engineering (a/e) Design Services; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330. Only The A/e Firms Responding To This Announcement By Submitting An Sf330 Package On Time Will Be Considered For Initial Evaluation.
see Attached Documents:
statement Of Work
Closing Date26 Feb 2025
Tender AmountRefer Documents
371-380 of 373 archived Tenders