Effective Date: 04/18/2025 Revision: 02 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 2025-04 This solicitation is set-aside for: Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 Employees. The FSC/PSC is 6515. The Veterans Health Admiration, Regional Procurement Office, Network Contracting Office is seeking to purchase Warming Cabinets including installation. All interested companies shall provide quotations for the following: Line Part # Description Qty Unit Price Ext Price 1 DJ060124331 (COO: US) Warming Cabinet Dual Compartment with Glass Doors, 24" D with 3 Shelves, Standard Model Featured The STERIS Amsco Warming Cabinet efficiently and accurately raises and maintains the temperature of surgical IV and irrigation solutions and blankets to adjustable and acceptable levels for healthcare facilities. This model is configured as a dual compartment, free-standing or recessed unit 24" deep, with glass doors in a 120 V option. It's designed with Standard Features that promote safety, security, compliance and ease of use. Outside Dimensions (H x W x D) at 24" Depth 74 3/4 x 30 x 26 1/2" 6th Generation Warming Cabinets Dual Compartment 4 2 SE132002 (COO: US) INSTALL WARMING CABINET STERIS installation includes all necessary labor (non-union) and materials required to uncrate, set-in place and assemble STERIS equipment. Price is for normal working hours, Monday Friday 8 am -5 pm unless otherwise noted. STERIS also includes with its Installation Services an operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. Please refer to the STERIS terms and conditions of installation found later in this quotation for a more detailed description of the scope of work. 5 3 DJ06012412312 (COO: US) Warming Cabinet Mid-Size Single Compartment, Glass Doors, 24"D, Premium Model w\IV Claim, Electronic Door, Data, 120V The Mid-Size Digital Warming Cabinet compatible and approved for Surgical IV fluids, irrigation solutions and blankets is a 7.2 cu ft single chamber equipped with 3 wire baskets for organized storage. The Mid- Size models are offered with glass doors as standard for instant viewing of contents and are available in freestanding, recessed and mobile configurations. The Premium Model is fully equipped with features that promote compliance, security and ease of use including mechanical and electronic door locks, electronic data recording, temperature programming, F and/or C units of measure and other critical controls. Outside Dimensions (H x W x D) 36 3/8x 30 x 27 1/8" (924 x 762 x 689 mm) 1 5 DJ060124131 (COO: US) Warming Cabinet, Single Compartment, Glass Door, 24"D, Standard Model, 120V The STERIS Amsco Warming Cabinet efficiently and accurately raises and maintains the temperature of surgical IV and irrigation solutions and blankets to adjustable and acceptable levels for healthcare facilities. This model is configured as a single compartment, free-standing or recessed unit 24" deep, with a glass door in a 120 V option. It's designed with Standard Features that promote safety, security, compliance and ease of use. Outside Dimensions (H x W x D) at 24" Depth24 1/4 x 30 x 26 1/2" 1 Warming Cabinets must be manufactured in the United States. Level One Service training for VA technicians Delivery Time: 8-24 Weeks A.R.O. Delivery Type: FOB Destination Place of Performance/Place of Delivery Address: West Haven VA Medical Center 950 Campbell Avenue West Haven, CT 06516, USA The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ 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. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services The following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services. (Nov 2023) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. (Jan 2025) [(DEVIATION FEB 2025)] System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) 52.219-33, Nonmanufacturer Rule (SEP 2021) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-23, Sustainable Products and Services (May 2024) [(DEVIATION FEB 2025)] 52.225-1, Buy American--Supplies (OCT 2022) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) All quoters shall submit the following: Please reference RFQ 36C24125Q0343 in the subject line of email response. Failure to include RFQ number could result in response being missed. All quotes shall be sent to the RPOE, NCO 1 via email to Kurt Fritz at 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, Warranty, Product Support, Speed of Delivery and Installation 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 PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 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 provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits an quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) 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; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. 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 preaward testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, 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 quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, 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 quotes 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. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept 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 quotation, offers may not be submitted for quantities less than those specified in the RFQ. 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 quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 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 May 25th, 2025, 5pm EST. 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 above.
Background
The Veterans Health Administration, Regional Procurement Office, Network Contracting Office is seeking to purchase warming cabinets including installation. This procurement is set aside for small businesses and follows the guidelines for commercial products and services.
Work Details
The solicitation includes the following items:
1. **Warming Cabinet Dual Compartment** (Part # DJ060124331)
- Description: Dual compartment warming cabinet with glass doors, 24" D, featuring 3 shelves. Designed to maintain temperatures for surgical IV and irrigation solutions and blankets.
- Quantity: 4
- Outside Dimensions: 74 3/4" H x 30" W x 26 1/2" D
2. **Installation of Warming Cabinet** (Part # SE132002)
- Description: Installation service includes labor and materials to uncrate, set in place, assemble STERIS equipment, operational check-out test, adjustments, and demonstration.
- Quantity: 5
3. **Warming Cabinet Mid-Size Single Compartment** (Part # DJ06012412312)
- Description: Single chamber warming cabinet compatible with surgical IV fluids, featuring glass doors and electronic controls.
- Quantity: 1
- Outside Dimensions: 36 3/8" H x 30" W x 27 1/8" D
4. **Warming Cabinet Single Compartment** (Part # DJ060124131)
- Description: Standard model single compartment warming cabinet with glass door.
- Quantity: 1
- Outside Dimensions: 24 1/4" H x 30" W x 26 1/2" D
All warming cabinets must be manufactured in the United States.
Place of Performance
West Haven VA Medical Center, 950 Campbell Avenue, West Haven, CT 06516, USA