Vermont Bids > Bid Detail

6515--Multicomponent Gas Analyzer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159595479200885
Posted Date: Aug 11, 2023
Due Date: Aug 18, 2023
Solicitation No: 36C24123Q0858
Source: https://sam.gov/opp/d74d0a966c...
Follow
6515--Multicomponent Gas Analyzer
Active
Contract Opportunity
Notice ID
36C24123Q0858
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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 11, 2023 02:54 pm EDT
  • Original Date Offers Due: Aug 18, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    White River Junction VA Medical Center White River Junction , VT 05009
    USA
Description
Combined Synopsis Solicitation White River Junction VAMC Gasmet GT5000
(i) This is a combined synopsis/solicitation for commercial services 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.
(ii) The solicitation number is 36C24123Q0858 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.
(iv) This requirement is being issued as an open market, veteran-owned small business set-aside. The associated NAICS code is 339112 - Surgical and Medical Instrument Manufacturing and small business size standard is 1000.
(v) The Government intends to award a firm-fixed price award for Gasmet GT5000 at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary for the Gasmet GT5000 IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details.
(vii) The Place of Performance is White River Junction VAMC as described per the PWS.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020); 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 852.273-70 Late Offers (NOV 2021)
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. 52.212-3 Offer Representation and Certification-Commercial Products and Commercial Services (DEC 2022).
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Tuesday, 15 August 2023 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line-item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the work IAW the PWS. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the PWS in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (DEC 2022), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 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), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.215-70 Service-Disabled Veterans-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), , 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020).
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Vermont Windsor County WD #2015-4139 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due Friday, 18 August 2023 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted.
(xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov





PRICE SCHEDULE

The GT-5000, with standard accessories and training, consists of the following:
1. GT-5000
Gasmet Model GT5000 Terra Portable FTIR
Multicomponent Gas Analyzer.
Includes the following:
Interferometer with 8 cm-1 resolution
Peltier cooled MCT detector 5m optical path
length gas cell, (volume 0.5 liters), Nickel +
rhodium + gold coated permanently aligned
mirrors with all-metal single-piece construction
Calcmet Software EASY (v14.xx) with manual
One Application Library for Healthcare Gas
Testing of up to 25 gases pre-loaded from
GT5000 Master component library containing
over ~450 gases & vapors.
Internal Sample pump
USB Cable
115VAC Power pack
Operations & Maintenance manual

2. GAS-OPT-505
Sampling probe for GT5000 Terra with Tygon
tubing and Teflon filter

3. GAS-TUB-006
PTFE-tube 4/6mm (One 2 meter length teflon
sample line)

4. COV-CON-011
Zero gas, Sample In/Out, System Purge, Male,
PTFE tube connector

5. GAS-OPT-506
Ruggedized Tablet W2H for GT5000 Terra with
pre-installed Calcmet software and gas
measurement application library

6. GAS-OPT-508
Stylus pen for Tablet W2H for GT5000 Terra

7. GAS-OPT-401
operating time with 4 Hrs. recharge time)

8. GAS-SW-500
Calcmet Expert HASP key-Permits operation of
Calcmet Expert software which allows creating
unlimited application libraries and searching
for "Unknown" gases. HASP key installs into
usb port of Tablet.

9. GAS-OPT-507
Transport case for GT5000 Terra (Customized
Foam lined pelican case with wheels)

10. GAS-OPT-502
Backpack harness for GT5000 Terra

11 ELE-POW-005
External Battery charger and tester tabletop
version for GT5000 Terra

12. GAS-OPT-401 2 each
Spare Battery for GT5000 Terra

13. GAS-DX30-003
Spare Sample PTFE filter ( 2 m ) filter for
GT5000 model, water-repellent

14. GAS-SW-501
Calcmet Expert HASP spare key for GAS-SW-
500. Must be purchased with GAS-SW-500.

15. GAS-LIB-409
NIST gas IR reference library. Requires
purchase of the Calcmet EXPERT software. Expands the
Identification Tool reference library from ~450
gases to over 5,000 gases. Requires purchase
of GAS-SW-5000.

16. TRN-ONL-082
Onsite Training for GT5000 Terra gas analyzer
including Gasmet FTIR Analyzer basic
operation, zero calibration, maintenance,
Calcmet Software & FTIR theory.
1 day, 8 hours (inclusive of all travel costs)



PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
Gasmet Model GT5000 Terra Portable FTIR
Multicomponent Gas Analyzer.
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, and implementation of the Gasmet GT5000 Terra Multi Gas FTIR Analyzer. This document highlights the technical specifications and services being requested by the White River Junction VAMC for consideration towards the purchase for the Gasmet GT5000 Terra Multi Gas FTIR Analyzer. Vendors under this proposal shall provide all equipment, accessories, applicable training, and manuals.
Project Management / Equipment Implementation
Product delivery will be the responsibility of the Vendors working with the White River Junction VAMC project management POC, the Vendor will be responsible for coordinating and performing the delivery, implementation, and training for the devices.

Emergency Management Process Improvement (EMPI) is funding this project. This project was approved by the Executive Director, Fiscal, and Office of Emergency Management (OEM). The funds are specific Control Point just for EMPI projects.

The industrial Hygienist requested this piece of equipment. This piece of equipment will be housed in the Safety Management Office.

Background/Justification
The GT5000 Terra is extremely versatile you only need one analyzer, laboratory-level accuracy in a small & portable package, battery operation, wireless communication, and simultaneous measurement of all gases. The analyzer is operated by a tablet running a user-friendly software with a clear, visually pleasing, and intuitive design.

The GT5000 Terra is a key tool for EM incident response. With the spectrometer we can respond immediately to air quality issues, gas leaks, hazmat spills, and Code Oranges. We can immediately diagnose the chemical or gas and its concentration, making for immediate, timely emergency response by trained internal staff members. This will help the safety of the facility and employees that work in the area with chemicals daily. This unit will increase our facilities emergency response capabilities significantly saving hours of time, potentially days. We have numerous research laboratories on site who work with an extensive list of extremely hazardous toxic substances, in addition to our clinical laboratories increasing the likelihood of serious incident.

The Contractor is responsible for the set-up of the equipment and training.

Equipment Specifications
Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements including vendor supported operating systems.
System Equipment
Software set up- Calcmet Software EASY (v14.xx) with manual
Calcmet Expert HASP key-Permits operation of Calcmet Expert software which allows creating unlimited application libraries and searching for "Unknown" gases.
One Application Library for Healthcare Gas Testing of up to 25 gases pre-loaded from GT5000 Master component library containing over ~450 gases & vapors.
Other:
User Manual
Service Manual
Maintenance Manual

Services
Onsite Training for GT5000 Terra gas analyzer including Gasmet FTIR Analyzer basic operation, zero calibration, maintenance, Calcmet Software & FTIR theory.
1 day, 8 hours (inclusive of all travel costs)
Installation

Training Provided / Training Materials
Vendor will be required to provide two user manuals for the GT5000 Terra gas analyzer.
Vendor will be required to provide service manuals for the GT5000 Terra gas analyzer.
Vendor will be required to provide an on-station in-service on the proper use and setup of the GT5000 Terra gas analyzer.
No charge on a mutually agreeable date and time.

Installation
NA

Delivery Location
Contractor shall deliver all equipment to the:

White River Junction VA Medical Center
163 Veterans Dr.
White River Junction, VT 05009
ATTN: Ariel Young

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.

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


History
  • Aug 11, 2023 02:54 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 >