SOLICITATION NOTICE
65 -- ENT Clinic-Chair, Microscope, Cabinet BRAND NAME GLOBAL SURGICAL
- Notice Date
- 8/25/2021 12:01:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24421Q1174
- Response Due
- 8/31/2021 10:00:00 AM
- Archive Date
- 10/30/2021
- Point of Contact
- Louellen Butler, Louellen Butler, Phone: +1 (215) 823-5800 X4919
- E-Mail Address
-
Louellen.Butler@va.gov
(Louellen.Butler@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- (i) This is a Combined Synopsis/Solicitation for Brand Name Global Surgical ENT Clinic Exam Chair, Microscope, SMR Maxi Cabinet as prepared in accordance with the format in Federal Acquisition Regulations (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. A firm-fixed price. The solicitation number is 36C24421Q1174 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-05 dated 03/10/2021. This solicitation is set aside 100% Total Small Business and the associated NAICS code 339112 has a small business size standard of 1,000 employees. Schedule of Requirement/CLINS Statement of Need and Salient Characteristics This requirement is BRAND NAME GLOBAL SURGICAL. __________________________________________________________________ Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a requirement for one (1) 3-Step A-Series AXIS Microscope System, one (1) S 4000 Exam Chair and one (1) SMR MAXI Cabinet to be utilized in the ENT clinic for an additional ENT provider. Scope of Work: This equipment will be used for a newly hired second ENT provider and will provide continuity of care to the Veterans. The equipment required is identical to the current equipment that is currently being used in the ENT clinic. This is a Brand name requirement for one (1) 3-Step A-Series AXIS Microscope System, one (1) S 4000 Exam Chair and one (1) SMR MAXI Cabinet. This is required to guarantee continuity of care. This equipment must be the same brand and model to assure that staff is equally proficient, as well as standardizing capabilities should providers change/share rooms and need to utilize both sets of equipment. Salient Characteristics of the 3-Step A-Series AXIS Microscope System: Delivers magnification changer, control handles, and tension controls all in one place Ergonomic handles with integrated magnification changer, angle arm and coupler 100,000 lux bright-white LED light source, green and amber (UV) filter Fixed straight binocular, F:125, 10x eyepieces (used for ENT) 250mm objective lens, 20mm fine focus adjustment Floor stand, mobile, total locking casters Horizontal arm, spring arm, extension arm (use with all floor stands, floor mounts and low wall mount) Salient Characteristics of the S 4000 MAXI Exam Chair: Fully powered electro-mechanical lift and recline Lift capacity 400 lbs. (tested to 1,600 lbs.) 1 memory position with automatic return 345-degree rotation with automatic lock function 17"" travel range - 21"" to 38"" Child-Safety disable switch Multiple position articulating headrest Articulating footrest locks into up position for easy ingress/egress Lay flat armrests: Articulating armrests that go flat when reclined and allow for easy ingress/egress Wide 22"" contoured seat to accommodate patients comfortably Salient Characteristics of the SMR Maxi Cabinet: High back and full-width cotton shelf Four easy-glide locking casters ETL/CSA listed Aseptic countertop made from Wilsonart solid surface for easy removal of scratches, stains, and burns Aseptic white plastic drawer liners or adjustable drawer dividers Industrial quality, extra heavy duty pressure and vacuum pumps Stainless Steel Otoscope, rechargeable, top mounted Manufacturer Distribution Letter is required; letter must be addressed directly to your company. Delivery: Delivery shall be within thirty (30) days from the time of award. The ENT equipment shall be delivered to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. BioMedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following provision AND instructions are added as addenda: Addendum to FAR 52.212-4, Instructions to Offerors Commercial, applies to this acquisition and the following provision AND instructions are added as addenda: 52.252- 1 Solicitation Provision 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): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) Grey Market Items- 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 remanufacturers or gray market items will be acceptable. 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. 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. (End of provision) Evaluation of this requirement will be based on PRICE and PAST PERFORMANCE. 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. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the following clauses are added as addenda: 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): https://acquisition.gov/far 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.212-71 Gray Market Items (APR 2020) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (MAY 2019) (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 (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (MAY 2019) (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 (OCT 2015) 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) 52.222-19 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) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. This is an open-market combined synopsis/solicitation for equipment 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."" SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. This is an open-market combined synopsis/solicitation for equipment 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). Quotes must be emailed to Louellen.Butler@va.gov and received no later than 01:00 P.M. EST on Tuesday, August 31, 2021. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Louellen.Butler@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to Louellen.Butler@va.gov. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4863144df31a4b4ab12c79ad76da7e55/view)
- Place of Performance
- Address: Lebanon VA Medical Center ATTN: Warehouse 1700 South Lincoln Avenue, Lebanon 17042-7529, USA
- Zip Code: 17042-7529
- Country: USA
- Zip Code: 17042-7529
- Record
- SN06111199-F 20210827/210825230133 (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 |