Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
DOCUMENT

65 -- Floor Based Patient Lift System - Attachment

Notice Date
3/15/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q0250
 
Response Due
3/21/2018
 
Archive Date
4/5/2018
 
Point of Contact
Jay Chong
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for Floor Based Patient Lift System BRAND NAME OR EQUAL, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. Simplified Acquisition Procedures IAW FAR 13 will be used. (ii) The solicitation number is 36C26018Q0250 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339113 code has a small business size standard of 1250. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 MAXI MOVE W/SCALE, LOW HEIGHT CASTORS, MEDIUM POWERED DPS INCLUDES 2 BATTERIES, 1 BATTERY CHARGER, DUAL CONTROLS, BATTERY DISCHARGE INDICATOR, & 1 (MAA4000) STANDARD SLING.Part# KMCLUN-D Equal Item: __________________ _________________ 3.00 EA __________________ __________________ 0002 MAXI MOVE III 4PT LOOP LARGE COMBI HANGER BAR Model# 700-19331-B... Equal Item: __________________ _________________ 3.00 EA 0003 MEDIUM LOOP SLING Model # MLA2000A-M Equal Item: __________________ _________________ 6.00 EA 0004 LARGE LOOP SLING Model # MLA2000A-L Equal Item: __________________ 6.00 EA 0005 XL GENERAL PURPOSE LOOP SLING W/HEAD SUPPORT Model# MLA2000-XL Equal Item: __________________ 3.00 EA 0006 LIMB SLING Part# 300.20005 Equal Item: __________________ 3.00 EA GRAND TOTAL __________________ (vi) Comparable products must meet or exceed the following specifications: ARJOHUNTLEIGH MAXI MOVE Model# KMCLUN-D with Accessories Slings: See Insert (A) (vii) Delivery: Delivery shall be within thirty (30) days from the time of award. Deep fryer with accessories shall be delivered to the Boise VA Medical Center located at 500 West Fort Street. Bldg.34. Boise, ID.83702. FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1. Technical 2. Price Technical is more important than price. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.211-73 Brand Name or Equal. (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246-70 Guarantee 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to jay.chong@va.gov and received no later than 12 pm PST on 03/21/2018. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. (xvi) For information regarding the solicitation, please contact Jay Chong at jay.chong@va.gov Gary Market (a) Gray market items are Original Equipment Manufacturer s (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 and/or services contracts for maintenance of 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 are provided and maintained by the OEM. All software licensing, 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 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. Insert (A) Salient Characteristics Weight capacity of at least 500 lbs or greater Lift must have low height castors of 4 to allow for clearance when transfer to gurneys Minimum lifting height of 8 ¾ for use in lifting patients up from floor High lifting height of 60 ¾ to allow safe transfer on to non-lowering exam tables located at CBOC s Powered DPS Spreader Bar for sit and tilt back feature for siting and lying settings for transfers to wheelchair and exam table Hand held controls and mast power controls Powered leg open/close feature Built in electronic scale Must have 4 PT loop hanger bar Include 6 each of med, lg and xl slings and 3 each limb loop slings Must be compatible with Arjo our existing bariatric loop slings Indicator display for when battery needs charging Include 2 batteries with wall mountable charging station Safety cut-out feature if frame is lowered on to object to prevent harm of damage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q0250/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q0250 36C26018Q0250.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4154681&FileName=36C26018Q0250-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4154681&FileName=36C26018Q0250-000.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;Boise VA Medical Center;500 West Fort Street;Bldg. 34;Boise, ID
Zip Code: 83702
 
Record
SN04855719-W 20180317/180315231550-f8ba490f71fd765d7f8600a1f39a6d1d (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.