SOLICITATION NOTICE
65 -- Hi-Lo REXX Hospital beds-Span America Innovative Solutions BRND NAME ONLY-Span America Innovative Solutions
- Notice Date
- 9/16/2020 9:02:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q1244
- Response Due
- 9/18/2020 10:00:00 AM
- Archive Date
- 10/18/2020
- Point of Contact
- Duane Philgence, Contracting Officer, Phone: 9736761000 EXT 1895
- E-Mail Address
-
duane.philgence@va.gov
(duane.philgence@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS (Brand Name ONLY) General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24220Q1244 Posted Date: 09/16/2020 Original Response Date: 09/18/2020 Current Response Date: 09/18/2020 Product or Service Code: 6530 Set Aside: SDVOSB NAICS Code: 3339112 Contracting Office Address East Orange VAMC, 385 Tremont Avenue, East Orange, NJ Bldg.5A, Room 126 A, East Orange NJ 07018. 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; 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 2020 The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a business size standard of 1000 Employees. This procurement is being issued as Small Business Veteran Owned Small Business Set-Aside. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339112, Medical and surgical instruments-Bleeding Control Kits. All interested companies shall provide quotation(s), for the following site: VAMC BATH,76 Veterans Ave, Bath, NY 14810 is seeking to purchase a Brand Name ONLY (see Below) Supplies 2. Contract Title. 25 each REXX Hospital Beds with accessories and side rails-BRAND NAME ONLY-Span America innovative Solutions 3. Background. The Bath VAMC is in need of new beds, capable of raising and lowering, to replace some of the aging currently owned Span America MC-REXX beds. These beds need to be capable of being used by patient veterans, and easy enough for them to understand. Brand Name only 4. Scope. The Bath VA has a requirement to procure 25 each REXX new Hospital Beds with accessories due to recurring safety issues to veteran in-resident patients. These beds are medically indicated to promote safe transition for inpatient residents transfer directly from wheelchairs, patient lifts and scooters to bed. Range of motion of these beds must go from a minimum of 7 7/8 to a maximum height of 31 inches (without Mattress) high as these will also prevent or minimize patient falls. 5. Specifications: 25 each REXX Hospital beds (Hi-low): Powder coated bed framing and deck (to prevent chipping and flaking and for better cleaning) 80 L X 35 W Max height 31 inches (without mattress) Min height 7 7/8 (without mattress) 360 Degrees of mobility for transport Foot end controls Floor locks Standard Head and foot boards 36 color Summer Flame 3 patients assist with mounting brackets Backup Battery NOTE: Beds must meet dimension requirements for movement purposes throughout the hospital. Additionally, accessories must be easily removable and added for low disruption of patient care. Standard features will include: 25 Plastic Pendant holder-head/footboard mount Battery backup No alarms on beds Hand control Option for extension of bed length to 84 Removeable head and footboards (Summer Flame) Head and footboards made of high-pressure laminate, with flat tops to both to accommodate equipment attachment to top of head and footboards. Bed adjustable from 7-7/8 or lower up to 31 3 position assist devices for patient bed transfer mobility Safety stop when being lowered to prevent damage and patient safety Patient weight capacity of 450lbs SWL Dimensions & weight Deck height at lowest point 7-7/8 Bed length 80 (without extensions) Bed width 36 (without extensions) Electrical power For equipment that will be used in the patient care vicinity, the resistance between the equipment chassis, or any exposed conductive surface of the equipment, and the ground pin of the attachment plug shall be less than .50 ohm. The leakage current flowing through the ground conductor of the power supply connection to ground of permanently wired equipment installed in general or critical care areas shall not exceed 10.mA (AC or DC) with all grounds lifted. Equipment must comply with standards outlined in both National Fire Protection Association Health Care Facilities (NFPA- 99) standard and the latest edition of The Joint Commission Comprehensive Accreditation Manual for Hospitals. Restrictive environmental conditions where applicable If Applicable, Special ventilation requirements for wet batteries , added chemicals for wet Batteries , preclude the purchase of the standard battery option on any equipment requests due to added staff costs and lack of access to required fluids associated with them. Due to the outlined restrictive environmental conditions offers will not be consider if equipment contains lead acid batteries. Standard warranty required All products are required to be warranty free from defects in workmanship and materials, under normal use and conditions, for a period of one year from the date of delivery. During the warranty period, any defect in material or workmanship that requires repair or exchange of a product of comparable nature will occur by seller without charge incurred by the VA. Such repair or replacement is subject to verification and approval by the VA due to Medical Center governing policies. Onsite Training must be included, and any packaging removed by vendor. White glove service; beds offloaded, beds assembled, trash removal 6. Security. The C&A requirements do not apply, a Security Accreditation Package is not required. 7. Place of Performance. VAMC BATH 76 Veterans Ave Bath, NY 14810-0810 Brand Name: Span America Innovative Solutions-Part# and descriptions are listed below: 25 EA Part# QD2000MLF Rexx beds 80x35 360-degree mobility foot end controls, floor locks 25 EA Part# ST-3611-F02-MTSFT, STANDARD HEAD & FOOT BOARD, 36 SUMMER FLAME 25 EA Part# RR939, PATIENT ASSIST DEVICE WITH MOUNTING BRACKETS 25 EA Part# Q6737 BED EXTENDER 4 25 EA BATTERY BACKUP CODES Vendor shall comply with accepted manufacturer process, as well as current Occupational Safety and Health Administration, Labor Department, and New York codes, laws and regulations as applicable to this statement of work. FINAL INSPECTION All material delivered must meet specifications provided and will be inspected by Operations Supervisor. All submission for any quotes will be given to service POC approval/inclusion or exclusion based on salient characteristics. The applicable North American Classification System (NAICS) Code for this requirement is 3339112 (Span America Innovative Solutions). Email should contain the following information: Name of firm, Socio-Economic category of the firm, complete address, phone and fax number of contact. The email that you send to Duane.philgence@va.gov contain the words 36C24220Q1244 Span America HI LO Beds in the subject box. **Note: All SDVOSB vendors who plan on competing for this stated acquisition must be VIP Verified at https://www.vip.vetbiz.gov/. **All SDVOSBs must be on the manufacturer s list who are authorized to participate. To properly apply the VA Rule of Two 38 U.S.C. 8127 (d) Supplies and Services to procurements for SDVOSB set asides, Contracting Officers are required to verify that all SDVOSBs who are interested parties are VIP Verified during entire acquisition process. Thank You Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name. Non-manufacturer ruling is adhered to and followed in this requirement. 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: 52.212-1, Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.211-70 Service Data Manuals (NOV 1984) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contract Specialist: Duane.Philgence@va.gov LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records, or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Brand-Name only to Span America Innovative system. The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids 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."" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 09/18/2020 1pm Est. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Point of Contact Duane Philgence Email: Duane.philgence@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/01bb61b9b6bc4efcac540521e5c25417/view)
- Place of Performance
- Address: BATH VAMC 76 Veterans Ave Bath, NY 14810 14810, USA
- Zip Code: 14810
- Country: USA
- Zip Code: 14810
- Record
- SN05800231-F 20200918/200916230204 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |