Illinois Bids > Bid Detail

4610--Legionella Filters - Hines

Agency:
Level of Government: Federal
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
Opps ID: NBD00159279304706819
Posted Date: Nov 6, 2023
Due Date: Nov 17, 2023
Source: https://sam.gov/opp/bb81fe8ff7...
Follow
4610--Legionella Filters - Hines
Active
Contract Opportunity
Notice ID
36C25224Q0061
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 06, 2023 02:39 pm CST
  • Original Date Offers Due: Nov 17, 2023 09:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4610 - WATER PURIFICATION EQUIPMENT
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    Edward Hines, Jr. VA Hospital Hines , IL 60141
    USA
Description
Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 10 of 10
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 1 of 10
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; 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 2023-05.
The associated North American Industrial Classification System (NAICS) code for this procurement is 325998, The applicable size standard is 650 Employees.
The Edward Hines, Jr. VA Hospital (Hines) has a need for point-of-use filters in throughout the campus. These filters are needed to comply with VHA Directive 1061.
All interested companies shall provide quotations for the following:
SCOPE OF WORK/ REQUIREMENTS INFORMATION
Objective
The objective of this requirement is to supply replacement of filters before needed changes.
Scope of Work
The contractor shall supply replacement filters to Hines Engineering. Deliveries shall be marked with Attention: Pipe Shop Supervisor . Deliveries are to be provided one (1) month before filters are scheduled for changing. Each delivery shall include four hundred eighty (480) sink replacement filters and ninety (90) shower replacement filters. The awardee shall provide initial point-of-use (POU) adapters at no cost to the government.
General Requirements
The awardee shall send copies of invoices to the designated Contracting Officer s Representative (COR) for signature before submission into Tungsten.
The awardee shall have a quarterly conference call with VA Contacts to review the contract status and ensure that deliveries are timely and adequate. VA Contacts information will be provided to the awardee.
Hines engineering has ten (10) working days to report deficiencies after receipt of materials.
Installation
Hines Engineering will perform the installation of adapters and replacement filters.
Salient Characteristics Current Items
a.
Common Nomenclature (commercial description):
POU legionella filters with:
0.2 m sterilizing grade membrane validated according to ASTM F838-05
Integrated asymmetric membrane
Flow Rate at 60 psi: 1.5 gpm or better
Bacterial Retention: greater than 99.999%
b.
Kind of material (i.e., type, grade, alternatives, etc.):
Plastic Body/No alternatives
d.
Dimensions, size, capacity:
Legionella prevention filters must fit sinks already in use around campus
e.
Principles of operation:
Filter is attached to the POU water source and is filtered through the body to prevent legionella from leaving the fixture preventing patients and staff from potential exposure.
f.
Restrictive environmental conditions:
These filters are adapter restrictive.
g.
Intended use:
These filters are intended to be placed in the main hospital of building 200 at inpatient areas.
h.
Equipment with which the item is used with:
Quick Connect Adapter
j.
Original equipment manufacturer part number:
Pall Corp QJC212A
Pall Corp QR212A
k.
Other pertinent information that describes the item, material or service required:
The above filters are currently installed on the Hines campus and are adapter specific. Alternative filters may be provided, but must include adapters.

LINE ITEMS
See Attachment Smart Pricing Legionella Filters Hines for the required pricing information. Each item in the excel sheet must be completed. Information about each column is provided in the table below. Columns that have been completed by the contracting office are already complete. Columns marked as auto use formulas and will complete when information is added to another column. Columns marked for the vendor must be completed by vendors providing a quote in Attachment Smart Pricing Legionella Filters Hines.
Pricing Spreadsheet Information by Column
Column
Heading
Completed by
Additional Information
A
Line Item
Contracting Office
Line Item Number used for the award.
B
Description
Contracting Office
Brief description of the item.
C
Period of Performance
Contracting Office
Period the items must be delivered.
D
Unit
Contracting Office
Unit of measure for the items. Each means one filter.
E
Filter Life (months)
Vendor
How long the filter last (e.g. 2 months, 3 months, etc.)
F
Manufacturer Part Number
Vendor
The MPN identifies the manufacturer from which an item originated. Its purpose is to identify the company that made the part, as opposed to a SKU number that is used for inventory record keeping by the Vendor. Each MPN is unique and can be composed of letters, numbers, or both.
G
Item Part Number
Vendor
The distributor/vendor part number. This may match the Manufacturer Part Number.
H
OEM
Vendor
Enter the distributor/vendor part number if different than the mfg. part number.
I
Quantity (Once)
Contracting Office
The number of filters required at one time.
J
Quantity (Annual)
Auto
The number of filters required including replacements for a year. For example, if the Quantity (Column I) is 10 and the Filter Life (Column E) is 3 months, then the Quantity (Annual) (Column J) is 40.
K
Unit Price
Vendor
The price for each filter.
L
Total Price (Annual)
Auto
The total price for the Line Item (Column A) for the entire year.

Clauses and Provisions
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 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.209, Information Regarding Responsibility Matters (OCT 2018)
FAR 52.211-6, Brand Name or Equal (AUG 1999)
FAR 52.229-11, Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)
FAR 52.233-2, Service of Protest (SEPT 2006)
Address: 115 S 84th St, Ste 101
Milwaukee, WI 53214
VAAR 852.215-72, Notice of Intent to Re-solicit (OCT 2020)
VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71, Alternat Protest Procedure (OCT 2018)

End of Addendum to 52.212-1
FAR 52.212-2, Evaluation-Simplified Acquisition Procedures
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (DEC 2022)
Addendum to FAR 52.212-4
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)
Options may be exercised immediately at the discretion of the Government.
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
VAAR 852.201-70, Contracting Officer s Representative (DEC 2022)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246-71, Rejected Good (OCT 2018)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (SEP 2023)
The following clauses from FAR 52.212-5 apply to this acquisition.
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 4655)
(4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
(8) 52.204-27, Prohibition on ByteDance Covered Application (2023)
(9) 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)
(13)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022)
(17) 52.219-8, Utilization of Small Business Concerns (SEP 2023) (15 U.S.C. 637(d)(2) and (3))
(23) (i) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2023) (15 U.S.C. 632(a)(2))
(28) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755)
(29) 52.222-19, Child Labor Cooperation with Authorities and Remedies (DEC 2022)
(30) 52.222-21, Prohibition of Segregated Facilities (APR 2015)
(31)(i) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246)
(32)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212)
(33) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
(34) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)
(35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
(36)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627)
(45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
(51) 52.225-5, Trade Agreements (DEC 2022)
(52) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
(59) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332)

Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
This addendum is in addition to the current version of FAR 52.212-1 in effect at issuance of this combined synopsis/solicitation.
All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. The contractor is responsible for confirming the Government s receipt of the contractor s quote.
Quotes shall include the following information at a minimum in order to be considered:
The solicitation number;
The time specified in the solicitation for receipt of quotations;
The name, address, email address, SAM UEI Number, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation.
Completed Attachment Smart Pricing Legionella Filters Hines
Remit to address, if different than mailing address;
A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
Acknowledgment of any Solicitation Amendments;
Statement regarding terms and conditions.
52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES
Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation is the LOWEST PRICE TECHNICALLY ACCEPTABLE.
The following factors shall be used to evaluate quotations:
Technical: The quotation will be evaluated to the extent to which it can meet 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.
Price: The Government will evaluate the price by adding the total of Line Item Prices (Annual), including all options. The Total Evaluated Price will be that sum.

Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the line item numbers (LINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s).
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.
Failure to include a statement regarding the terms may result in the quote no longer being considered.
DUE DATES
Questions in response to this combined synopsis/solicitation are due by Monday, November 13th, 2023, at 9:00 AM Local Time. Questions will not be entertained after this time. Questions and answers will be published by via amendment on Contract Opportunities at https://sam.gov/content/opportunities.
Quotes are due Friday, November 17th, 2023, at 9:00AM Local Time.
POINT OF CONTACT
Brandon Harris
Contract Specialist
Network Contacting Office 12
brandon.harris@va.gov
See attached document: Smart Pricing - Legionella Filters - Hines.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 06, 2023 02:39 pm CSTCombined Synopsis/Solicitation (Original)

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 >