Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation 36C25924Q0740 is issued as a
request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-05 05/22/2024. No telephone
requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this
procurement is 811210, with a small business size standard of $34 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). IF OFFEROR IS
A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line-item numbers,
quantities and units of measure including options. CLIN DESCRIPTION QTY UNIT UNIT COST TOTAL COST 0001 Steris Sterilizers & Washer Preventative Maintenance Base Year : October 1, 2024
through September 30, 2025 1 YEAR $__________ $__________ 1001 Steris Sterilizers & Washer Preventative Maintenance Option Year 1: October 1, 2025 through September 30, 2026 1 YEAR
$__________ $__________ 2001 Steris Sterilizers & Washer Preventative Maintenance Option Year 2: October 1, 2026 through September 30, 2027 1 YEAR $__________ $__________ 3001 Steris
Sterilizers & Washer Preventative Maintenance Option Year 3: October 1, 2027 through September 30, 2028 1 YEAR $__________ $__________ 4001 Steris Sterilizers & Washer
Preventative Maintenance Option Year 4: October 1, 2028 through September 30, 2029 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, BASE YEAR PLUS OPTION YEARS $___________________
The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition with the following addendum: FAR 52.204-7,
System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates
the awarding of a single firm-fixed price definitized contract to fulfill this requirement. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this
acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contract award will be made based on the solicitation response that represents
the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than
the lowest-priced offer. The information below explains the evaluation approach: The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the
following factors to decide which offer(s) represent the best value to the Government: Factor 1: Technical Ability The offer shall be evaluated on the conformance to the requirements
listed in the Statement of Work. The offeror shall submit a technical narrative, that describes the means and methods of successfully performing all work detailed in the SOW, to include
the personnel being proposed to perform the work. Any training certifications for the repair of said equipment should be provided with quote. Factor 2: Past Performance Offeror shall
provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company
name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any,
Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Offerors may
provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), as well as
Past Performance Questionnaires may be utilized. Factor 3: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be
evaluated for reasonableness. Comparative analysis will be utilized to evaluate quotations (b) Options. The Government will evaluate offers for award purposes by adding the total price
for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of
options shall not obligate the Government to exercise the option(s). (c) 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. (End of
Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) shall be submitted with the
offer. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Services (NOV 2021), applies to this acquisition, with the following addendum: FAR 52.204-9,
Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code
Maintenance (AUG 2020); FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in
the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once,
but the total extension of performance hereunder shall not exceed 6Â months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days
of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8
as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a
total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect
under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR
52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all quotes relative to each other, and will not
affect the ranking of quotes based on price, unless, after reviewing the quotes, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate
the Government to exercise any option under FAR 52.217-8. The `specified rates under this clause will be those rates in effect under the contract each time an option is exercised under
this clause. (End of clause) FAR 52.217-9 Option to Extend The Term Of The Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor
within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice
does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total
duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) FAR 52.223-6 Drug-Free Workplace (MAY 2001); FAR
52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (DEVIATION) FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997); CL 120 - Supplemental
Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers compensation and employers liability:
Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those
statutes, they shall be covered under the employers liability section of the insurance policy, except when contract operations are so commingled with a Contractors commercial operations
that it would not be practical to require this coverage. Employers liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not
permit workers compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per
occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any
exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984) Funds are not
presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is
contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for
performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives
notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR
52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business
Set-Aside. (NOV 2020) (DEVIATION); VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and
Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, this
contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is
advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractors
compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to
Contractors offices where the Contractors business records or other proprietary data are retained and to review such business records regarding the Contractors compliance with this
requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of
Interest Agreement to ensure the Contractors business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor
for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractors compliance with the limitations on subcontracting or percentage of work
performance requirement. (End of clause) VAAR 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c)
insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C.
8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the
solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set
forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it
to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts
will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small
business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay
more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly
situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be
subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the
government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further
subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges
that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18,
United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including
prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the
following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for
violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or
records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at
their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the
information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a
list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance
with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems
appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or quote. The
Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant
contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed
Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and
Address: _______________________________ (End of clause) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018); VAAR, 852.270-1 Representatives of Contracting Officers
(JAN 2008). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) applies to
this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); FAR 52.209-6 Protecting the Government s
Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); FAR 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021); FAR
52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020); FAR 52.222-3, Convict Labor (AUGUST 2003); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR
52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-40, Notice of Employees Rights Under the National Labor
Relations Act (DEC 2010); FAR 52.222-50, Combating Trafficking in Persons (NOV 2021); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); FAR
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); aFAR 52.222-41 Service
Contract Labor Standards (AUG 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order
14026 (JAN 2022); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-5419 Revision
Number 27 dated 07/22/2024 applies to this acquisition. Quotes shall include the RFQ number (36C25924Q0740), the proposed unit price, the proposed extended price (for the base and all
option years,) any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, Unique Entity
Identifier (UEI) number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: Â Â Â Â Â Â
    http://www.acquisition.gov/far/index.html           http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no
other documents available. Offers are to be submitted electronically to the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162
South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Shanta Harrison, Contract Specialist at Shanta.Harrison@va.gov no later than 4:00 p.m. Mountain Time on Tuesday, September
3, 2024. QUOTES SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. PLEASE INCLUDE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF EMAILS SUBMITTED. Any questions regarding this
solicitation must be submitted in writing to the Contracting Officer no later than 4:00 p.m. MT, Monday, August 27, 2024. All responses to questions received will be posted to the
Contracting Opportunities website via an amendment.