Massachusetts Bids > Bid Detail

7910--Floor Cleaning Equipment VAMC Bedford

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 79 - Cleaning Equipment and Supplies
Opps ID: NBD00159610792405380
Posted Date: Nov 14, 2022
Due Date: Sep 22, 2022
Solicitation No: 36C24122Q1243
Source: https://sam.gov/opp/be64265b45...
Follow
7910--Floor Cleaning Equipment VAMC Bedford
Active
Contract Opportunity
Notice ID
36C24122Q1243
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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 (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 14, 2022 09:35 am EST
  • Original Published Date: Sep 19, 2022 11:43 am EDT
  • Updated Date Offers Due: Sep 22, 2022 12:00 pm EDT
  • Original Date Offers Due: Sep 22, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 14, 2022
  • Original Inactive Date: Oct 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7910 - FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA Medical Center , MA 01730
    USA
Description

Effective Date: 02/01/2022
Description
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 2022-07.
This solicitation is set-aside for
SB

The associated North American Industrial Classification System (NAICS) code for this procurement is 325612, with a small business size standard of 750 Employees.
The FSC/PSC is 7910.

The VHA, RPOE, NCO 01 is seeking to purchase Floor Care Equipment

All interested companies shall provide quotations for the following:

Supplies
Item
Description
QTY
IPC Eagle CT160 Ride-On Floor Scrubber CT160 BT95
39/45 GAL. 36 RIDER W/ PAD DRIVERS (P) OR BRUSHES (B) W/ 225 ah AGM Batteries + Charger
2
IPC Eagle CT45B50
20" 11 Gallon Auto Scrubber w pad driver
1
IPC Eagle BB20T Walk Behind Burnisher
20" Walk Behind Burnisher, AGM Batteries, On Board Charger
2
IPC Eagle BV190 Barrel Vac
Wet/Dry, Barrel Vac, 1 Motor Head with Adaptor Ring. Includes 2" hose, 3-piece chrome wand, bristle floor tool and polyester filter assembly
4
IPC Eagle -55 Gallon Barrel T80186
IPC Eagle -55 Gallon Barrel with
Drain Valve
4
Dolly w/ Casters for 55 Gallon Drum T80187
Dolly, Transport with Casters
T80187
4
Nace Care Battery Backpack Vac
Battery Backpack Vac with Floor
Tool Kit, Battery and Charger
8
Nace Care Battery for RBV 150 NX
Single Battery for Backpack Vac
8
Nace Care Bags for Backpack Vac
Nace Care Backpack Vac Bags
30
CleanMax Pro Series Upright Vacuum

20
IPC Eagle Tip and Pour Vacuum GP172
1 Motor, 19 gallons with Tool Kit
3






STATEMENT OF WORK (SOW)
EMS Equipment

This document highlights the technical specifications and services being requested by the Bedford VAMC for consideration towards the purchase for this equipment. Vendors under this proposal shall provide all equipment, accessories, and manuals.
1. Primary Point of Contact
Name:
Christopher Blaney Assistant Chief EMS
Section:
Environmental Management Service (EMS)
Address:
200 Springs Rd, Bedford MA 01730
Phone Number:
781-687-3669
E-Mail Address:
Christopher.Blaney@VA.Gov

2. Objective
The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded Contractor in relation to the provision, installation, integration, upgrade, and implementation of the following floor care equipment.

Product delivery will be the responsibility of the Vendors working with the Bedford VAMC project management POC, the Vendor will be responsible for coordinating and performing the delivery and initial implementation of the equipment.
3. Background
Environmental Management Service has the need for this new and updated commercial floor care equipment to enhance the cleaning capabilities, maximize efficiency, and to replace the older pieces of equipment which are pushing the limits of our EMS staff s abilities for floor care.

Most of the current floor care equipment is past its life expectancy and/or beyond economical repair. By replacing the older floor equipment with this new equipment, it allows our EMS staff the ability to properly clean and maintain VA Bedford floors. Clean, polished floors that are properly maintained are also necessary for the floor being bacterially resistant.
New, properly functioning flooring equipment will assist staff in cleaning, polishing, and maintaining the hospital floors with continuing safer care for Veterans and staff. The ride-on battery operated Auto Floor Scrubber cleans and polishes floors for up to two and a half hours on one charge. The new burnishers polish the floors at 2000rpm, remelting the wax and resealing the floor with each use. The new battery-operated backpack vacuums last up to 90 minutes on one charge.
The Contractor is responsible for assembly and set-up of the equipment.

4. Scope
Buy, deliver, assemble, warranty and train staff with the proper use of requested floor care equipment.
5. Specific Tasks
Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements for allowable operating system platforms.
Task 1 Provide Installation
Delivery of equipment to POC space on desired day and time of VA preference
Provide assembly of all purchased equipment.
Provide configuration and startup of all devices
Conduct performance verification testing
Task 2 Provide Onsite Training / Go-Live Support
Provide all necessary onsite training from a certified technician on desired day and time of VA preference
Provide train-the-trainer onsite for end-user training
Provide onsite technical training (preventative maintenance)
Provide Operators and Service Manuals
Task 3 Provide Warranty
Subtask 1 Warranty
Auto Floor Scrubbers and Barrel Vacuum: Provide 10 years body, 3 years parts, 1 year labor
Backpack Vacuum: 10 years body, 5 years motor, 2 years battery and electrical, 1 year labor
6. Training
Vendor will be required to provide on-site training by a certified technician.
No charge on a mutually agreeable date and time.
7. Installation
Contractor s Responsibilities:
Based on approved deployment work schedule, the Contractor shall provide all labor necessary to install, deploy and configure the requirements of Bedford VAMC
Protocol the Contractor shall physically sign into (and out of) the facility and obtain a visitor s badge upon every visit. Contractor shall physically check in and out with the COR or designee while on campus
Contractor shall receive and place equipment in the pre-arranged designated areas at the Bedford VAMC
The Contractor shall unpack and assemble all equipment in the designated area and dispose of all trash. Disposing of the trash is the responsibility of the Contractor.
Contractor shall perform all assembly and configuration necessary to complete the work, plus perform technical service checks to ensure product is fully operational in accordance with manufacture operating standards
Vendor will coordinate all site visits with the NFS staff at least 24 hours in advance.
The vendor will provide warranties stated above from the date of installation.
Medical Center s Responsibilities:
Providing a single point of contact to work with in planning and implementing the services described.
Reconfiguring work around time of delivery to avoid any interruptions to patient meal service
On-site assembly and installation of items and performance of services identified in this document will take place during hours defined as: 0730 to 1500 (i.e.: 7:30 am to 3:00 pm ET), Monday thru Friday, excluding Federal Holidays
The Contractor is required to provide all tools, labor, and materials to complete assembly and installation of the items detailed in this document.
The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary interface with the Bedford NFS staff.
8. Performance Monitoring
The COR shall monitor the performance of this contract. This shall be accomplished by monitoring the component upgrade as well as final performance verification.

9. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)
None

10. Other Pertinent Information or Special Considerations
Packaging, Packing and Shipping Instructions
Shipping costs shall be included in the terms of this contract.

Shipping address:
The equipment will be delivered directly to the Bedford VA Medical Center.

Primary POC will be shipping POC.

11. Place of Performance
Bedford VAMC
200 Springs Road
Bldg. 3 (Loading Dock)
Bedford, MA 01730
12. Delivery Schedule
The Contractor shall have 120 days to perform all tasks and resolve all issues. Longer if agreed upon by COR.
13. Period of Performance
The Contractor shall have 120 days to perform all tasks and resolve all issues. Longer if agreed upon by COR.
14. Additional Requirement:
The device we require must meet the following requirements upon delivery:
Product will be delivered during normal working hours, between 7:30am and 3:00pm Monday through Friday.
Documentation which includes a statement acknowledging the invoice and receipt of delivery.
Clean Green Solutions will provide labor to install product and test it to ensure functionality before NFS will accept delivery.
Clean Green Solutions will continue to provide service and support on this product as required in contract.
15. Records Management
The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract:

Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Delivery shall be provided no later than 120 days after receipt of order (ARO).]
FOB destination
Place of Performance/Place of Delivery
Address:
200 Springs Road, Bedford, MA
Postal Code:
01730
Country:
UNITED STATES

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 Items
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 Nov 2021
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders May 2022

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-6, 52.219-28, 52.219-32, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33

GRAY MARKET ITEMS (APR 2020)

(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
(End of clause)

All quoters shall submit the following: QUOTE

All quotes shall be sent to the Contract Specialist, kurt.fritz@va.gov

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The following are the decision factors:

price, past performance, speed of delivery, items available/in stock

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS
North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation.
Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show-
The solicitation number;
The time specified in the solicitation for receipt of quotations;
The name, address, 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. This may include product literature, or other documents, if necessary;
Terms of any express warranty;
Price and any discount terms;
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 Solicitation Amendments;
Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation.
Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.
Late submissions
Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.
Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15.
Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978
If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
ASSIST (https://assist.dla.mil/online/start/).
Quick Search (http://quicksearch.dla.mil/).
ASSISTdocs.com (http://assistdocs.com).
Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.
[Reserved].
Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 12:00 PM EST 9/23/2022 to kurt.fritz@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
Kurt Fritz
Kurt.fritz@va.gov

Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >