New Jersey Bids > Bid Detail

J065--FY23-Sterilizer & Cart Washer Cleaning for New Jersey Campuses-(B+OPT 4)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159568631240119
Posted Date: Mar 17, 2023
Due Date: Mar 29, 2023
Solicitation No: 36C24223Q0394
Source: https://sam.gov/opp/bbcfacb6a4...
Follow
J065--FY23-Sterilizer & Cart Washer Cleaning for New Jersey Campuses-(B+OPT 4)
Active
Contract Opportunity
Notice ID
36C24223Q0394
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Mar 16, 2023 06:52 pm EDT
  • Original Date Offers Due: Mar 29, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    East Orange VA Medical Center 385 Tremont Avenue East Orange , NJ 07018-1095
    USA
Description
27

Page 27 of 27
COMBINED SYNOPSIS/SOLICITATION: Sterilizer & Cart Washer Cleaning for New Jersey Campuses Healthcare System.
(i) 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, and FAR 13.5 Simplified Procedures for Certain 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.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24223Q0394.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 (eff. 12/30/2022).
(iv) This solicitation is Service-Disabled Veteran Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210 with a small business size standard of $30.0 Million. The FSC/PSC is J065.
(v) This is a services contract to provide Sterilizer & Cart Washer Cleaning for New Jersey Health Care System- located at 385 Tremont Avenue East Orange, NJ 07018. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness.
(vi) The required work is as contained below in the Statement of Work.



STATEMENT OF WORK
CLEANING AND STERILIZATION CHAMBERS IN THE STERILE PROCESSING DEPARTMENT

BACKGROUND
The Biomedical Engineering department at VA New Jersey Health Care System (NJHCS) is requesting chamber cleaning service contract for cleaning of the chambers of the cleaning and sterilization equipment at the New Jersey Healthcare System, East Orange Campus.

OBJECTIVES
The contract effort goals are to support the cleaning of the chambers of the equipment listed in Section G throughout the total contract period at the VA New Jersey Healthcare System. Objectives to meet the support goal include bi-monthly cleanings, full cleaning coverage by providing all cleaning materials, labor, travel expenses, tools, and other incidentals necessary to properly clean the listed equipment according to the manufacturer s recommendations throughout the term of the contract.

DEFINITIONS/ACRONYMS
CO Contracting Officer.
COR Contracting Officer Representative
FSE Field Service Engineer. A person who is authorized by the contractor to perform cleaning services on the VAMC premises.
SR Service Report. Documentation of the services rendered for each incidence of work performance under the terms and condition of the contract.
Acceptance Signature Signature of VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending in SR.
Authorization Signature COR s signature; indicates COR accepts work status as stated in SR
HTM Healthcare Technology Management
OEM Original Equipment Manufacturer

PERIOD OF PERFORMANCE
After the contract has been awarded, the period of performance will be defined within the following time parameters.
Base Year: 04/07/2023- 04/06/2024
Option Year One: 04/07/2024 04/06/2025
Option Year Two: 04/07/2025 04/06/2026
Option Year Three: 04/07/2026 04/06/2027
Option Year Four: 04/07/2027 04/06/2028

PLACE OF PERFORMANCE
Delivery of services in this case will be conducted virtual and/or at the following addresses:
VA New Jersey Healthcare System East Orange Campus Building 1, Sterile Processing Services
385 Tremont Ave, East Orange, NJ 07018

SCOPE OF WORK (TASKS FOR SERVICES)
The contractor is required to provide bi-monthly cleanings. The contractor will meet the following requirements as bulleted below, the Contractor must:
PERSONNEL
All cleanings must be scheduled ahead of the date of service and confirmed by the service and HTM in order to guarantee appropriate precautions are taken.

SERVICE MANUALS
The VAMC shall not provide service manuals or IFUs to the contractor. The contractor shall obtain, have on file, and make available to the FSE(s) all operational and technical documentation and IFUs, which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request.

CLEANING EQUIPMENT
The Contractor shall provide all cleaning equipment needed to meet all the performance requirements of this contract as it correlates to the recommended cleaning procedures outlined in the OEM s Routine Maintenance Manual.

SERVICE DOCUMENTATION
At the conclusion of each cleaning, the Contractor shall provide a written or digital service report within 3 business days indicating:
Date(s) of service
Make, model, serial number, and barcode/ID number of the equipment serviced
Name of FSE who performed the work
Hours worked
Before cleaning and after cleaning pictures of the equipment and cleaned surfaces.
EQUIPMENT LIST
Item #
Manufacturer
Model
Serial Number
Cleaning Intervals
1

STERIS
AMSCO EVOLUTION HC1200
0301811-21

Bi-Monthly
2
STERIS

AMSCO EVOLUTION HC1200
0335410-27

Bi-Monthly
3
STERIS
AMSCO CENTURY V-120
0125301-08
Bi-Monthly
4
STERIS
AMSCO CENTURY V 120
0125401-10
Bi-Monthly


CLIN
Description of Services
Contract Period
Quantity
Unit of Measure
Unit Price
Total
0001
Sterilizer Cleanings
Base
24
EA
$
$
0002
Cart Washer Cleanings
Base
4
EA
$
$
04/07/2023- 04/06/2024 Base Year Total
$
1001
Sterilizer Cleanings
Option Year 1
24
EA
$
$
1002
Cart Washer Cleanings
Option Year 1
4
EA
$
$
04/07/2024 04/06/2025 OY1 Total
$
2001
Sterilizer Cleanings
Option Year 2
24
EA
$
$
2002
Cart Washer Cleanings
Option Year 2
4
EA
$
$
04/07/2025 04/06/2026 OY2 Total
$
3001
Sterilizer Cleanings
Option Year 3
24
EA
$
$
3002
Cart Washer Cleanings
Option Year 3
4
EA
$
$
04/07/2026 04/06/2027 OY3 Total
$
4001
Sterilizer Cleanings
Option Year 4
24
EA
$
$
4002
Cart Washer Cleanings
Option Year 4
4
EA
$
$
04/07/2027 04/06/2028 OY4 Total
$
Complete Total of Contract
$
The price schedule provided above is a sample price schedule that needs to be completed. If you should choose to provide your own price schedule it needs to be clear and précised.
04/07/2023- 04/06/2024 Base
$
04/07/2024 04/06/2025 OY1
$
04/07/2025 04/06/2026 OY2
$
04/07/2026 04/06/2027 OY3
$
04/07/2027 04/06/2028 OY4
$
Complete Total of Contract
$


(vii) The following solicitation provisions apply to this acquisition:
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html
FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2021)
a. Solicitation number for this requirement as 36C24223Q0394.
b. Name, address and telephone number of offeror.
c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete.
d. Terms of any express warranty.
e. Price should be for all services detailed on the statement of work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate shall be separated from any other costs. Failure to do so will result in automatically being disqualified.
f. Acknowledgement of any solicitation amendments
g. Past performance information
h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
i. 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 offeror shall complete electronically).

The following solicitation provisions apply to this acquisition:
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.216-1 Type of Contract (APR 1984)


(viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition.
Award will be made to the offeror whose offer is determined to be the lowest price, technically acceptable (LPTA) after price is determined fair and reasonable. The offeror must be a responsible offeror and submit a package that meets all the technical and past performance requirements. Offeror must also meet the terms and conditions of all clauses and provisions. Once offerors are evaluated, the award will be made to the lowest price of responsible offerors, who meet technical criteria in response to this Request for Quotes. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. The following factors will be assessed on a pass/fail basis. All complete quotes will be considered. However, if the lowest price quote is determined to be complete and acceptable under the Technical and Past Performance Factors, the award may be made to that offeror without further evaluation of higher priced quotes. Evaluation Factors:
(1) Technical Capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 10-page capability statement demonstrating it has trained and certified personnel, equipment and working experience and ability to meet all the requirements of the Statement of Work.
a) Technical Proficiency: will be evaluated on how well they meet the requirement to submit a proposal that verifies it is a firm that can perform Sterilizer & Cart Washer Cleaning for the State of New Jersey. The proposal shall be comprehensive and demonstrate its understanding of the requirement and not a copy and paste of the Statement of Work requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated.
b) Contractor Experience: The offeror will be evaluated on how well they meet the requirement to provide three (3) instances of past-experience similar in nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than five (5) years of performing Sterilizer & Cart Washer Cleaning Services.
(viiii) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021)
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.

(x) FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018
The following contract clauses apply to this acquisition:
The following clauses are incorporated into Addendum to FAR 52.212-4,
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.201-70
852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
- 852.203-70 Commercial Advertising.
- 852.211-70 Equipment Operation and Maintenance Manuals
- 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020)
- 852.232-72 Electronic Submission of Payment Requests.
- 852.270-1 Representatives of Contracting Officers.
852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)
852.219-75
852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018)
852.242-71 Administrative Contracting Officer (OCT 2020)
852.252-70
(xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021)
The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.204-14 Service Contract Reporting Requirements (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
52.219-8 Utilization of Small Business Concerns (OCT 2018)
52.219-9 Small Business Subcontracting Plan (JUN 2020)
52.219-16 Liquidated Damages Subcontracting Plan (JAN 1999)
52.219-28 Post Award Small Business Program Re-representation (NOV 2020)
52.222-3 Convict Labor (June 2003)
52.222-26 Equal Opportunity (SEP 2016)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018)
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014)
52.222-50 Combating Trafficking in Persons (OCT 2020)
52.222-54 Employment Eligibility Verification (OCT 2015)
52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
52.242-5 Payments to Small Business Subcontractors (JAN 2017)
(xii) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy of all company information such as company name, address, UEI number & price.
All quotations shall be sent ONLY to Clifford S. Harrison at Clifford.Harrison@va.gov
This is a Service-Disabled Veteran Owned Small Business set-aside open market for Snow & Ice Removal as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 12:00pm EST on 03/29/2023 at Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Clifford S. Harrison at Clifford.Harrison@va.gov. All questions must be submitted by 03/23/2023 at 12:00PM EST.

Point of Contact
Clifford S. Harrison, Contracting Officer
Clifford.Harrison@VA.gov
NO PHONE CALLS.

See attached document: VAAR 819 219 77 VA Notice of Limitation on subcontracting.
See attached document: P07 2023 Wage Determination East Orange.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 16, 2023 06:52 pm EDTCombined 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 >