Idaho Bids > Bid Detail

6515--531-23-2-2304-0013 PAPR System

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159198115489795
Posted Date: May 16, 2023
Due Date: May 23, 2023
Solicitation No: 36C26023Q0607
Source: https://sam.gov/opp/4027eb6e94...
6515--531-23-2-2304-0013 PAPR System
Active
Contract Opportunity
Notice ID
36C26023Q0607
Related Notice
Department/Ind. Agency
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 16, 2023 11:39 am PDT
  • Original Date Offers Due: May 23, 2023 01:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    DEPARTMENT of VETERANS AFFAIRS Boise VA Medical Center Boise , ID 83702
    USA
Description

Combined Synopsis/Solicitation for 36C260-23-AP-2567
DECON Operations CBRN Powered Air Purifying System
Model: ISentinel XL CBRN CAP2 PAPR Deluxe
Brand Name or Equal To
100% for SDVOSB Set Aside

1. This is a combined synopsis/solicitation for PAPR System. DECON Operations CBRN Powered Air Purifying System (PAPR) ISentinel XL CBRN CAP2 PAPR Deluxe. Brand Name or Equal To as prepared in accordance with the format in Subpart 12.6, 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. The solicitation RFQ 36C260-23-AP-2567 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022

2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 339112 Surgical and Medical Instrument Manufacturing, Size Standard 1000 employees. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required.

3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation.

4. Description of supplies: The following are salient characteristics needed for Boise VAMC requires the procurement of the BRAND NAME or Equal to: DECON Operations CBRN Powered Air Purifying System (PAPR).

Brand Name or Equal: DECON CBRN Powered Air Purifying System
Manufacturer: ILC DOVER Model: ISentinel XL CBRN CAP2 PAPR Deluxe
Salient Characteristic Features
Boise VAMC
RFQ# 36C260-23-AP-2567

Boise VAMC is requesting a ISentinel XL CBRN CAP2 PAPR Deluxe.
The following Salient Characteristic are Brand Name or Equal To:
Salient Characteristics: DECON Operations CBRN Powered Air Purifying System (PAPR)
Must be NIOSH Approved. Must be capable of providing CAP 2 Cartridge protection rating
Must support multiple head cover/full hood options. Hood/Head Covers must be latex free
Must be fully adjustable
Must have cleanable and adjustable waist belt - quick release
Must be able to support/attached HEPA/OV/AG/HE Filters
Must have both rechargeable NiMH power supply as well as Alkaline Battery Pack that will allow for quick swap out of to maintain power/operational capability. Both must have direct snap on to blower. Alkaline must have minimum 10 hours nominal life utilizing 5 Duracell Batteries
NIMH battery must have nominal life of at least 8 hours and be able to be recharged in 5 hours or less. Must have minimum capability of 500 charge/discharge cycles
Manufacturer must offer CBRN Conversion Kit and kit must come with butyl hod assembly, 3 CBRN filter cartridges and attached hose with matching butyl hose cover.
CBRN Hood must offer > 180 Degrees of view up/down and right left.
CBRN Hood must be fully adjustable to meet all head/shape requirements/sizes as well has have sweat band installed on it. Band must be antimicrobial a minimum of 5 adjustment positions.
CBRN Hood must be sewn and taped
CBRN Hood must have M40 Style single silicone valve with plastic cover
CBRN Hood Hose - must be flexible and must be integral part of butyl hood. Hose must be reinforced with same butyl sheath material used on hood.
CBRN Visor must be impact resistant and manufactured of optical grade polycarbonate.
Manufacturer must offer for sale stand-alone Butyl Hoods
Manufacturer must offer for sale stand along chargers for NiMH batteries that are AC/DC and made for sealed NiMH Batteries. Must be of appropriate amperage to charge NiMH battery.
Manufacturer must offer for sale Alkaline battery Packs
Manufacturer must offer field replaceable antimicrobial head strap for hood
Backpack must be NIOSH Approved. Backpack configurations
Must come with Backpack that allows for immediate deployment of PAPR. Backpack must allow PAPR to stay attached backpack for ease of use/carry capability. PAPR must be fully operational while attached to the backpack for ease of use.
Backpack must be custom made to fit all accessories/products for utilization of PAPR.
Backpack must be NIOSH Approved. Backpack configuration must allow for hands free deployment
PAPR must be no greater than 1.0lb without battery
PAPR must have nominal flow rate of at least 195 LPM
PAPR must have noise level less than 75 dB
PAPR must have Flashing LED and buzzer to not when there is low voltage
PAPR must have 40mm Integration with integral blower gaskets to ensure compatibility with military/NATO style.
PAPR must have dual chamber blower design
PAPR must have Quick Lock waist belt system that allows for instant attachment/removal of belt from PAPR.
Belt must accommodate up to size 55-inch waist.

ITEM INFORMATION

TOTAL COST:
Delivery FOB Destination to:
DEPARTMENT of VETERANS AFFAIRS
Boise VA Medical Center (531)
500 W Fort St,
Boise, ID. 83702

5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered.
6. This is a Brand Name or Equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs.
a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number.
b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government.
7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price.
8.Delivery shall be within (90) days from the time of award. Boise VA Medical Center (531)
500 W Fort St, Boise, ID. 83702 FOB Destination.

9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:
Provisions:
52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)
10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES
(a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proprietary Letter required.
1. Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision.

2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.
12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
Clauses:
52.211-6 Brand Name or Equal (AUG 1999)
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.247-34 Â F.O.B. Destination.
852.203-70 Commercial Advertising (JAN 2008)
852.212-71 Gray Market Items.
852.219-10 VA Notice of Total SDVOSB Set-Aside
852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION)
852.232-72 Electronic Submission of Payment Requests
852.246.71 Rejected Goods
13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-3 Convict Labor (June 2003) (E.O. 11755).
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management
(Jul 2013) (31 U.S.C. 3332).
14. There are no additional contract requirements, terms, or conditions.
15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
16. Quotes must be emailed to rex.maughan@va.gov
PLEASE MAKE THE SUBJECT: RFQ# 36C260-23-AP-2567
The solicitation closes at 17:00 PST on 5/23/2023

All questions must be submitted by 05/19/2022 17:00 PST no questions will be accepted after 05/19/2022 all answers to potential questions will be answered posted via amendment to RFQ# 36C260-23-AP-2567on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject QUESTIONS FOR RFQ# 36C260-23-AP-2567. NO QUESTIONS WILL BE ANSWERED VIA PHONE or Orally.

No late quotations will be accepted.

Please email all quotes via email to rex.maughan@va.gov NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED.
17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov
Attachments/Links
Contact Information
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 >