DOCUMENT
65 -- OVERBED TABLE FOR PATIENTS - Attachment
- Notice Date
- 9/24/2018
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- 36C26118Q9722
- Response Due
- 9/25/2018
- Archive Date
- 11/24/2018
- Point of Contact
- Katherine Fairley
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9722 Posted Date: 09/24/2018 Original Response Date: 09/25/2018 Current Response Date: 09/25/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 337127 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This is a Service Disabled Veteran Owned Small Business Set-Aside requirement. Only Verified SDVOSB s in the VIP database when an offer is submitted and at the time of contract award will be considered for award and unverified firms will be considered non-responsive and ineligible for award. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500 employees. The VA Palo Alto Health Care System, Palo Alto, California is seeking to purchase Furniture: Overbed Table for Patients. All interested companies shall provide quotations for the following: Brand Name or Equal: MFR: HILL ROM ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES Item Qty U/P Description Unit Price Extended Price VAPAHCS PALO ALTO Product: Art of Care Overbed tables or Equal 0011 30 EA Art of Care - Overbed Table OBT 636 Overbed table with low profile design, rounded corners, steel column construction, dual-sliding food service tray, Natural Maple color laminated tops with cup holders (Style 1) using Thermofoil technology and standard tuning fork base. Dimensions: variable height adjustment from 29.25 -46.5, Overall width (closed) 18.75, Food service tray (extended) 36, roll casters Weight capacity: 250 lbs. over column, 100 lbs. on end Finish: Black powder-coated base 0022 30 EA Art of Care Overbed Table OBT 635 Overbed table with low profile design, rounded corners with steel columns which raises & lowers table. Options include single seamless Thermofoil Natural Maple color solid surface table top (Style 4) with no cut outs or indentation and standard tuning fork base 2.5. Dimensions: variable height adjustment from 29.25 -46.25, Overall width closed 19, Overall length 37.5, roll casters Weight capacity: 250 lbs. over column, 100 lbs. on end Finish: Black powder-coated base Grand Total Delivery shall be provided no later than 60 days after receipt of order. FOB Destination. The contractor shall deliver all line item(s) to B&M Warehouse 2008 Martin Ave., Santa Clara, CA 95050. Place of Performance Address: 2008 Martine Ave. Santa Clara, CA Postal Code: 95050 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. 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 Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. The following clauses and provisions applies to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding line item descriptions and salient characteristics listed within the solicitation. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding line item descriptions and salient characteristics. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 3) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed items such that OEM warranty and service are provided and maintained by the OEM. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote 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: 1. Technical: The vendor s quote must meet the line item descriptions and salient characteristics listed within the solicitation for all items. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting the line item descriptions and salient characteristics listed within the solicitation for all items. The technical ratings are defined as follows: Acceptable: Quote clearly meets the line item descriptions and salient characteristics listed within the solicitation for all items. Unacceptable: Quote does not clearly meet the line item descriptions and salient characteristics listed within the solicitation for all items. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for Furniture: Overbed Table for Patients as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Tuesday, September 25, 2018, 4:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9722/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9722 36C26118Q9722-OVERBED TABLES-VAPAHCS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607186&FileName=36C26118Q9722-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607186&FileName=36C26118Q9722-000.docx
- File Name: 36C26118Q9722 36C26118Q9722 SOW Overbed Table.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607187&FileName=36C26118Q9722-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607187&FileName=36C26118Q9722-001.pdf
- File Name: 36C26118Q9722 36C26118Q9722 Salient Feature - Overbed Table.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607188&FileName=36C26118Q9722-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607188&FileName=36C26118Q9722-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9722 36C26118Q9722-OVERBED TABLES-VAPAHCS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607186&FileName=36C26118Q9722-000.docx)
- Record
- SN05102543-W 20180926/180924231025-dd69af2f78acb96b8401bc3519054fcf (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 |