Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart
12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 FAC Number 2023-24, Effective Date 06/02/2023. This solicitation is set-aside
for: Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 333248, with a small business size standard of 750 Employees. The
FSC/PSC is 3695. The Rehab Department located at the James J. Peters VA Medical Center is requesting the FormLabs Form 3L 3D printer to meet a variety of specialized needs for the amputee
community and other patient populations requiring adaptive and prosthetics devices. The contractor will provide one brand name or equal to the Form 3L SLA Printer and components. All
interested companies shall provide quotations for the following: Item # Description/Part Number* Qty Form 3L Printer Low Force Stereolithography Technology 25 micron XY resolution 85
Micron Laser spot Size 33.5 x 20 x 30cm Build Volume 25-300 Micron Layer Thickness Automatic Fill System 1 Form 3L Pro Service Plan 2 years Printer/Component Replacement Expedited part
swap Virtual and phone support Customized training 1 Form Wash L Pre programmed wash settings Embedded solvent monitor 1 Form Wash L Extended Warranty 2 Years Coverage Printer/Component
Replacement Expedited part swap Virtual and phone support Customized training 1 Form Cure L 120V UV light for peak part mechanical properties and dimensional accuracy 1 Form Cure L
Extended Warranty 2 Years Coverage Printer/Component Replacement Expedited part swap Virtual and phone support Customized training 1 Build Platform (Form 3L) Quick Release Technology
Stainless Steel Print Surface Print Direct to Platform Technology 1 Form 3L Resin Tank V2 9 Form 3L Finish Kit: Cleaning Tools 1 Rigid 4000 Resin 1 L 3 Flexible 80A Resin Cartridge 3
Durable Resin Cartridge 3 Tough 2000 Resin (TO2001) 3 Elastic Resin Cartridge (ELCL01) 3 Tough 1500 Resin Cartridge (TO1501) 3 Clear Resin Cartridge (GPCL04) 3 Draft Resin 1 L 3 Black
Resin Cartridge (GPBK04) 3 The purchase order/contract period of performance is 30 days after receipt of award. Place of Performance/Place of Delivery James J. Peters VA Medical Center
130 W. Kingsbridge Road Bronx NY 10468 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 (MAR 2023) FAR 52.212-3, Offerors Representations and
Certifications Commercial Products and Commercial Services (Dec 2022) 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 Products and Commercial Services. 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
Products and Commercial Services (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jun
2023) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated
in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-13, Contractor Code of Business Ethics and Conduct
(Nov 2021) (41 U.S.C. 3509)). 819.502-2 Total Small Business Set-Asides. 852.219-74 VA Notice of Total Set-Aside for Certified Veteran-Owned Small Businesses (JAN 2023). 52.222-3, Convict
Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126).). 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun
2020) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
Driving (Jun 2020) (E.O. 13513 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83). All quoters shall submit the following: One (1) Copy. All quotes shall be sent to:
Jonatan.rondon@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:
Award shall be made to the quoter, whose quotation, offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate
information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made
to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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 1600 hours EST 08/25/2023 to Jonatan.rondon@va.gov. Late submissions
shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes will be accepted. 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: Jonatan Rondon Contract Specialist Network Contracting Office (NCO2) Margaret Cochran Corbin VA
Campus 423 East 23rd Street, 14045-W New York, NY 10010 347-801-3173, Mon- Fri, 8am-4pm Jonatan.rondon@va.gov