Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2018 FBO #6208
SOLICITATION NOTICE

65 -- Reclining AirSpa Jetted Bathing System with Integrated Built-In Disinfection System SDVOSB Set-Aside

Notice Date
11/20/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0032
 
Response Due
11/27/2018
 
Archive Date
12/27/2018
 
Point of Contact
shari.lee@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
36C25219Q0032 - Reclining AirSpa Jetted Bathing System with Integrated Built-In Disinfection System COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25219Q0032 Posted Date: Tuesday, November 20, 2018 Original Response Date: Tuesday, November 27, 2018 Current Response Date: Tuesday, November 27, 2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB set-aside ONLY NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) 115 South 84th Street, Suite 101 Milwaukee, WI 53214 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; Quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-101; effective October 26, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 (Surgical Appliance and Supplies Manufacturing) with a small business size standard of 750 employees. The Department of Veterans Affairs, Tomah VA Medical Center, 500 East Veterans Street located in Tomah, Wisconsin 54660-3105 is seeking to purchase 2 Brand Name or Equal Reclining AirSpa Bathing System with Integrated Disinfection System. Delivery and Complete Original Equipment Manufacturer Warranty is required to allow the high standard of patient monitoring and clinical diagnostics to continue for Our Nation s Veterans within the Tomah VA Medical Center located at Tomah, WI 54660-3105. Salient Characteristics required to meet the Government s needs: 1. Must have AirSpa system with Jets activated and managed from control panel or hand control with adjustable intensities for either whole tub or foot well only. 2. Must have integrated disinfection unit for disinfection of bath including AirSpa and nozzles. 3. Must have Scalding Protection. 4. Must have Side Entry. 5. Must be Electrical Height Adjustable. 6. Must have Integrated thermostatic water controls for filling and showering w/twin digital temperature displays; range of 50 deg - 158 deg F; accuracy +/-2 deg F. 7. Must have Built-in Battery Backup Safety System in case of power failure. 8. Must have Pop-up Drain w/built-in surface overflow outlet. 9. Must have a Transfer Height at lowest position of 22 1/4" or lower. 10. Must have a Maximum Transfer Height at highest position of no higher than 27". 11. Must have Emergency Stop. 12. Must have Low level indication for disinfection fluid. 13. Must have Shower handle w/lock button on side of handle for continued water flow and improved showering w/o pressing the shower trigger. 14. Must have 120V for electrical. 15. Must have Two Built-in Grab Rails. 16. Must be able to operate in Restrictive Environmental Conditions: Max Relative Humidity of 30%-95% Rh. 17. Must comply with: ***Due to space maximum floor load of 5400 N/m2 and maximum floor pressure of 0,6 N/mm2 us required. All interested SDVOSB s who are authorized distributor for the Original Equipment Manufacturer shall provide Quotes for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 ITEM NUMBER: AL26011-US Bath Therapeutic, Air Spa Parker with Integrated Disinfection System, White, Grey Cushion, 9 Jets, Electrical Height Adjustability, Integrated Thermostatic Controls, Side Entry, Built-In Battery Backup, Emergency Stop, 120 Volt Electrical. Salient Characteristics required and noted above MUST be within these Air Spa Parker Tubs. 2 EACH 0017 ITEM NUMBER: Delivery, and Full Manufactures One-Year Warranty 2 EACH GRAND TOTAL $ Services 1. All line items (CLINs) for the Parker Therapeutic Baths will be delivered to the Department of Veterans Affairs, Tomah VA Medical Center, 500 East Veterans Street located in Tomah, Wisconsin 54660-3105. All line items listed above are Brand Name or Equal. The delivery/task order period of performance is as soon as possible after contract award has occurred. Delivery shall be provided no later than 30 days after receipt of order/award of contract. All quotes are requested to be submitted to Contacting Officer as FOB destination. Place of Performance Address: Department of Veterans Affairs Tomah VA Medical Center 500 Overlook Terrace Madison, WI Postal Code: 53705-2286 Country: UNITED STATES Basis for Award 1. Award shall be made to the offeror whose quotation offers the lowest price technically acceptable. Regarding offers of equals the following must be noted: All vendors who submit offers of equals are responsible to submit documentation showing that ALL SALIENT CHARACTERISTICS, AS WELL AS THE LINE ITEMS REQUESTED are being met with the submitted offer. It is the submitters responsibility in accordance with FAR Part 9 Contractor Qualifications- to ensure they are supplying the Contracting Officer with all requested information. 2. Price reasonableness, in accordance with FAR 13.106-3, will be followed. 3. For authorized distributors of the Brand-Name or Equal, proof of authorized distributorship must be included in the submission to the Contracting Officer. The Contracting Officer will deem the submission an un-interested party if authorized distributorship paperwork from the Original Equipment Manufacturer is not received or missing with submission. 4. This is an open-market combined synopsis/solicitation for products and services, as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. In accordance with FAR 12.301(b)(1) and FAR 52.212-1(b)(11), 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:" Offeror shall list exception(s) and rationale for the exception(s). 5. The Offerors quote submitted to this CO shall also have the same 2-line item that matches this notice, and the required statement regarding terms and conditions of contract within their quote. The Offeror may submit this same Combined Synopsis/Solicitation as their official quote, and if so, all pages are required for submission, and the vendors name and DUNS number must be placed on the last submitted sheet of this Combined Synopsis/Solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 (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 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 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.   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 And Includes all addenda to FAR 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JAN 2018 FAR 52.225-1, Buy American Act Supplies FAR 52.225-2, Buy American Certificate FAR 52.225-5, Trade Agreements FAR 52.225-2, Trade Agreements Certificate FAR 52.225-18, Place of Manufacturer The following VAAR Clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising JAN 2008 VAAR 852.211-70, Service Data Manuals NOV 1984 VAAR 852.211-75, Product Specifications JAN 2008 VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Businesses Set-Aside JUL 2016 (DEVIATION) VAAR 852.232.73, Electronic Submission of Payment Request NOV 2012 VAAR 852.246-70, Guarantee JAN 2008 VAAR 852.246-71, Inspection JAN 2008 All quotations and required documents shall be sent to the Contracting Officer, by email only to Shari.Lee@va.gov. Submission shall be received not later than 11:59 PM CST, Tuesday, November 27th, 2018 at email address shari.lee@va.gov. Hand delivery and fax will not be methods acceptable for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offerors are responsible for submitting offers and quotes to reach the Contracting Officer designated in the solicitation by the time and means specified in the solicitation. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Shari Lee at shari.lee@va.gov. Point of Contact Shari Lee, Contracting Officer; shari.lee@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/VAGLHS/VAGLHCS/36C25219Q0032/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Tomah VA Medical Center;500 East Veterans Street;Tomah, WI
Zip Code: 54660-3105
Country: USA
 
Record
SN05156505-F 20181122/181120230039 (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.