SOLICITATION NOTICE
71 -- Protective Covers for Operating Room (OR) Monitors
- Notice Date
- 11/13/2018
- Notice Type
- Combine Synopsis/Solicitation
- 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
- 36C25919Q0026
- Response Due
- 11/27/2018
- Archive Date
- 1/26/2019
- Point of Contact
- kurt.tanny@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25919Q0026 Operating Room (OR) Monitor Covers 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, 11/16/2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to kurt.tanny@va.gov no later than 4:00pm EST, 11/27/2018. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0026. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 effective October 26, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees. This solicitation is a 100% set-aside for service disabled veteran owned small business. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; The contractor is to supply all labor, equipment, materials, and supervision necessary to provide the Rocky Mountain Regional VA Medical Center with protective monitor cable cover housings for Stryker 26 VisionPro LED displays as defined in the statement of work, specifications, and drawings. 1 JB _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); Summary: VA Eastern Colorado Health Care System (VA ECHCS) is looking for fabrication and installation services of monitor backplates for the OR media integration system s Stryker VisionPro monitors. This system is used at the Rocky Mountain Regional VA Medical Center, 1700 N Wheeling St, Aurora, CO 80045. Background: Custom covers are needed for the operating rooms (ORs) at the new Rocky Mountain Regional VA Medical center. Stryker devices have exposed cords and cord connections that could be damaged upon OR turnover and terminal cleaning at the end of surgery. ORs need to be thoroughly cleaned and sanitized after surgery which warrants protection for all exposed media integration components. Pictures of exposed area needing to be covered is provided as Attachment A Monitor Pictures of this solicitation. Requirements: PARTS The contractor shall fabricate all parts necessary to cover wires and connections exposed underneath thirty-six (36) Stryker 26 VisionPro LED displays to protect from damage (and for infection control purposes). Covers shall have the ability to screw into existing screw holes on bottom of monitors (2 holes, 11 3/16 apart, approximately ¼ from bottom cavity). Covers shall be made of materials that can support regular cleaning (minimum twice per day) using bleach and quaternary ammonium cleaners. Cover and screws combination shall have a combined weight under 8 ounces as to not cause hanging boom arms to sag (booms use a spring-arm system). Covers shall have access for cables to run from monitor to boom. Covers shall protect cavity measuring L = 14 5/8, W = 1/13/16, and lip height = 3/8 with an opening to allow ¾ diameter of cable to run out bottom of monitor. The contractor shall provide design drawings for review Design drawings shall include equipment specifications including dimensions, weight, and materials. LABOR All labor costs for fabrication and installation shall be included in the quoted proposal Contractor is responsible for disposal of waste upon completion of installation Installation services will be coordinated with surgical schedules as to not disrupt patient care The documentation/project coordination shall include detailed descriptions of the fabrication and installation procedures performed, including prices required. Report shall include, at minimum, the following: a. Name of contractor and contract number b. Name of technician or engineer who performed the services c. Date, time f. Identification of equipment serviced: - Inventory ID number - Model and serial number - any manufacturer identification numbers g. Itemized description of service performed: - Labor - Parts (with part numbers when applicable) - Narrative of what was performed and checked. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 1700 N Wheeling St, Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes:(I) Technical Capability (II) Price Volume I - Technical Capability Technical Capability - Responding offerors shall provide design drawings that give equipment specifications to include dimensions, weight, and materials. confirming their ability to supply the products and services specified in the Statement of Work. The offeror shall also provide a signed statement certifying that the quote submitted meets the technical capability specified in paragraph 1.1.2 of the Statement of Work. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. 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 considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate the design drawings submitted to determine if the equipment specifications to include dimensions, weight, and materials. confirming their ability to supply the products and services as specified in the Statement of Work have been met. The Government will also verify whether or not the offeror provided a signed statement certifying that the quote submitted met the technical capability specified in paragraph 1.1.2 of the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (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. (d) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-13 Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 3 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising (MAY 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.247-73 Packaging for Domestic Shipment (OCT 2018) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: None The following VAAR provisions are to be incorporated by reference: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to kurt.tanny@va.gov: 4:00pm EST, 11/27/2018. Name and email of the individual to contact for information regarding the solicitation: Kurt Tanny Kurt.tanny@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0026/listing.html)
- Record
- SN05150250-F 20181115/181114063644 (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 |