Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
DOCUMENT

65 -- EIL (C)(660) ICU Beds SDVOSB set-aside - Attachment

Notice Date
3/13/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q0331
 
Response Due
3/16/2018
 
Archive Date
5/15/2018
 
Point of Contact
Brooke Barker
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The solicitation number is: 36C25918Q0331, and is issued as a request for quotation (RFQ). Set aside for SDVOSBs. Vendors shall be verified and visible on www.vip.vetbiz.gov at time of quote submission AND award. This solicitation is set-aside for SDVOSBs. NAICS: 339113. This is being issued as a name brand or equal solicitation. The name brand manufacturer is Hill-Rom. Vendor must be able to provide all the listed or equal item(s). The quoted items shall meet or exceed the items listed on the schedule. The equal item(s) shall meet or exceed the required item(s). Equal item(s): submit detailed documentation (include pictures if applicable), stating why/how the item(s) meet or exceed each brand name item(s). Address all listed salient characteristics. The vendor shall be an authorized distributor, verified by an authorization letter from the original equipment manufacturer (submit authorization letter with quote). Any quotes without an authorization letter shall not be considered for award. All items must be new. Required Items: Progressa ICU Bed or equal (QTY. 18 Each) Full chair egress position, chair assist to floor Head of bed digital indicator and alarm sends alert when the angle drops below 30 ° or 45 ° Point-of-Care bilateral siderails with controls Ergonomic controls ability to angle the integrated control interface Touch screen on both sides Caregiver pendant Graphical Caregiver Interface or equal Programmable to adjust therapies Three-mode bed exit alarm system with silent alarm capability Patient position mode Bed exiting mode Out-of-bed mode In-bed digital scale Microclimate technology, removes excess heat and moisture Power transport assist, IntelliDrive or equal with 6 urethane central locking caster system Trendelenburg-Tilt Table with 13 ° Trendelenburg and 18 ° Reverse Trendelenburg Powered length adjustment, FlexAFoot or equal retracts the foot section of the bed up to 10 SlideGuard/StayInPlace Technology or equal frame and surface lengthen and grow as the head of the bed is raised; prevents patient migration to the foot of the bed Side exit assist assists the patient to sit as a part of a Progressive Mobility Program Adjustable bed height and integrated lift system Continuous Lateral Rotation Therapy (CLRT) helps to loosen pulmonary secretions and increases blood flow to avoid pulmonary complications Hands free CPR control Obstacle Detect system or equal stops bed from lowering and raises it if object is detected between the upper and base frame Foot controls Two flexible line manager Drainage bag holders Four IV sockets Two integrated oxygen tank holders each tank holder can accommodate one D-size or E-size oxygen tank with a regulator Integrated backlit patient controls Transport shelf Nightlight Accessory outlet Full battery backup English language labels, service manuals with complete parts list, 120v, straight power cord with US power plug Standard manufacturer warranty NaviCare network ready or equal allows caregivers to communicate quickly with staff and patients. Equal products shall seamlessly communicate with NaviCare on the NaviCare network Compella Bariatric Bed or equal (QTY. 1 Each) 1,000 lb. weight capacity Head of bed digital indicator and alarm sends alert when the angle drops below 30 ° Integrated caregiver controls Caregiver pendant Powered transport assist, IntelliDrive XL or equal with 6 heavy duty casters Powered Width Expansion one button to adjust the frame and surface from 40 to 50 Powered length adjustment, FlexAFoot or equal Extends the foot section of the bed 80 to 88 SlideGuard/StayInPlace Technology or equal frame and surface lengthen and grow as the head of the bed is raised; prevents patient migration to the foot of the bed Three-mode bed exit alarm system with a silent alarm capability Patient position mode Bed exiting mode Out-of-bed mode Digital head-of-bed angle indicators with 30 ° head-of-bed alert Low air loss surface Constant weight-based pressure redistribution surface Turn assist assists in turning the patient to the left or the right Programmable Continuous Lateral Rotation Therapy (CLRT) Microclimate technology, removes excess heat and moisture Low bed position with seat deflation Single mode bed exit In-bed digital scale CPR quick release Integrated multi-access patient controls with Nurse Call in siderail Reinforced, sturdy side rails Single-post patient helper trapeze, 500 lb. load capacity Nightlight Flexible line manager IV Pole Full battery backup English language labels, service manuals with complete parts list, 120v, straight power cord with US power plug Standard manufacturer warranty NaviCare network ready or equal allows caregivers to communicate quickly with staff and patients. Equal products shall seamlessly communicate with NaviCare on the NaviCare network Date and place of delivery (FOB Destination): Delivery shall be within 45 days ARO. Salt Lake VAMC 500 Foothill Drive Attn.: warehouse Salt Lake City, UT 84148 The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.    No remanufactures or gray market items will be acceptable. (b)  Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. The provision at 52.212-2, Evaluation Commercial Items, does not apply to this acquisition. Award will be made based on Lowest Price Technically Acceptable (LPTA). Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Any additional contract requirements or terms and conditions that apply: FAR 52.203-17, FAR 52.204-4, FAR 52.204-7, FAR 52.211-6, FAR 52.214-21, FAR 52.232-33, FAR 52.232-40, FAR 52.247-34, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72, VAAR 852.246-70, VAAR 852.246-71. All Contractors MUST be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/ The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due: March 16, 2018 @1700 Mountain Time to brooke.barker@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0331/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q0331 36C25918Q0331.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4146637&FileName=36C25918Q0331-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4146637&FileName=36C25918Q0331-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Salt Lake VA Medical Center;warehouse;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148
 
Record
SN04852645-W 20180315/180313231343-bc8dc0dc97458bb2a932493331d4f8e0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.