Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2022 SAM #7412
SOLICITATION NOTICE

66 -- MEDICAL CARTS - WORKSTATIONS ON WHEELS VENTURA CBOC

Notice Date
3/15/2022 10:03:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q0410
 
Response Due
3/23/2022 12:00:00 PM
 
Archive Date
05/22/2022
 
Point of Contact
Anette Doan, Contracting Specialist, Phone: 562-766-2200
 
E-Mail Address
Anette.Doan@va.gov
(Anette.Doan@va.gov)
 
Awardee
null
 
Description
PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. NOV 2021) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 39 36C26222Q0410 03-15-2022 Doan, Anette Anette.Doan@va.gov 03-23-2022 12:00 PST 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 X 100 X 334111 1250 Employees N/A X 36C262 Department of Veterans Affairs VA Long Beach Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Financial Services Center P.O. Box 149971 See VAAR 852.232-72 for Payment Info Austin TX 78714-9971 See CONTINUATION Page PLEASE ENSURE THE FOLLOWING INFORMATION IS REFERENCED ITEM SCHEDULE, SALIENT CHARACTERISTICS, AND ALL CLAUSES DELIVERY BY: 06/30/2022 QUOTE MUST BE SUBMITTED VIA EMAIL TO ANETTE.DOAN@VA.GOV QUOTE MUST BE VALID FOR AT LEAST 90 DAYS ALL QUESTIONS MUST BE RECEIVED BY 12:00 PM PST ON MARCH 21, 2022. OFFERS TO THIS SOLICITATION SHALL BE E-MAILED NO LATER THAN 12:00 PM PST ON MARCH 23, 2022. See CONTINUATION Page X ALVIZAR, EDGAR 36C26222Q0410 Page 1 of Page 2 of 21 Page 1 of Table of Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION: 4 MEDICAL CARTS WORKSTATIONS ON WHEELS BRAND NAME OR EQUAL TO 4 B.3 DELIVERY SCHEDULE 4 B.4 STATEMENT OF WORK/SALIENT CHARACTERISTICS 4 SECTION C - CONTRACT CLAUSES 9 C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 9 C.2 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 10 C.3 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 12 C.4 VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION) 12 C.5 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2022) 15 C.6 52.223-99 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021) (DEVIATION) 15 C.7 VHA SUPPLEMENTAL CONTRACT REQUIREMENTS FOR ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (AMENDED OCTOBER 25, 2021) 16 C.8 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) 17 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 20 SECTION E - SOLICITATION PROVISIONS 21 E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2021) 21 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 25 E.2 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 26 E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 26 E.4 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 27 36C26222Q0410 Page 1 of Page 5 of 21 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Specialist, Anette Doan Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive, Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Upon Delivery and Acceptance 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center P.O. Box 149971 See VAAR 852.232-72 for Payment Info Austin TX 78714-9971 B.2 PRICE/COST SCHEDULE ITEM INFORMATION: MEDICAL CARTS WORKSTATIONS ON WHEELS BRAND NAME OR EQUAL TO ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 22.00 EA __________________ ________________ M38e Medical Cart, Electrical Cart Lift 0002 22.00 EA ________________ ______________ Cart Chassis 0003 22.00 EA ________________ ______________ 180-degree Rotating LCD Adjustment 0004 22.00 EA ________________ ______________ Adjustable Keyboard with Left/Right Mouse Holder 0005 22.00 EA ________________ ______________ XL Power Cord 0006 22.00 EA ________________ ______________ 5"" Casters 0007 22.00 EA ________________ ______________ Tier Configuration Sheet 0008 22.00 EA ________________ ______________ Barcode Scanner Base 0009 22.00 EA ________________ ______________ Cavi Wipe Holder and Mount 0010 22.00 EA ________________ ______________ Waste Basket 0011 22.00 EA ________________ ______________ LCD mount and Cup Holder 0012 22.00 EA ________________ ______________ Dell 7080MFF, I7 Processor, 16GB, 512GB Self Encrypting SSD, Intel WiFi, FIPS; Wireless Barcode Scanner, Keyboard, Mouse GRAND TOTAL ______________ B.3 DELIVERY SCHEDULE Delivery By: 06/30/2022 B.4 STATEMENT OF WORK/SALIENT CHARACTERISTICS INTRODUCTION: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the vendor in supplying workstations on wheels for the newly constructed Ventura CBOC VISN22 under VA Greater Los Angeles Healthcare System. BACKGROUND: The Ventura CBOC is part of VA Greater Los Angeles Healthcare System providing services in Ventura County. Services include primary care, dental, women s health, physical therapy, mental health, telehealth, and other specialty services. This new clinic has expanded and has a required need for new workstations on wheels. PURPOSE: The workstations on wheels will allow clinical staff to update test results, progress notes, and other patient data without making unnecessary trips to a stationary workstation. SCOPE: VA GLA is requesting contractors to provide brand name or equal to that meets or exceed the physical, functional and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the need of the government. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: Cart, Computer, Mobile CAPSA M38E Mobile Computing Cart Cart Base: 17 x 17 LCD User Interface (control pad) with mount and cup holder 180-degree rotating LCD adjustment Cavi wipe holder and mount Waste basket Dell 7080 MFF, I7 processor, 16GB, 512GB self-encrypting w/ keyboard, mouse, wireless barcode scanner, and printer - SSD, Intel WiFi, FIPS Cart height adjustment - Work surface height - 33.5 (lowest) to 49 (highest) Electronic lift height adjustment Enhanced lighting features to assist with navigating and working in darkened areas Control pad buttons for: power, setup, alarm mute, keyboard light, locking Large wheel casters 5 with locking capabilities for front 2 wheels Tracking/directional caster for steering assist Dual contoured front handles minimize strain when pushing cart, rear handle on back of cart XL (over 10`) Spiral power cord with hospital grade AC plug, cord holder conveniently located Monitor Mount Manual height adjustment range of 5+ height adjustment for monitor 4.4 lbs to 17.6 lbs capacity weight balance adjustment at top of unit 180-degree swivel and tilt range 30 degrees upward and 5 degrees downward Slide Out Keyboard tray (ergonomic height adjustable) Keyboard tray accommodates keyboard size up to: 1.75 H x 18""W x 8 D Height adjustment range: 2.7 limited or 4.9 full Positive/negative tilt and left/right swivel Dual separate sliding mouse trays - left right w/ mouse holder Mouse surface: 6 wide x 7.5 deep Work Surface w/ clear document cover Includes bi-lateral extendable pull-out work surface extends to left or right Extendable work surface dimensions 10.75 X 9.25 (fully extended) CPU Tech Box/Cavity large size, dimensions: 17"" W x 11.25 D x 3 H Key lock for securing of computer within the tech box / below the work surface Anti-microbial agent embedded in cart touch points to aid in infection prevention Universal accessory mounting locations on side and rear of cart Rechargeable Lithium -Ion battery - 52 Ahr / 655 WHr 9-12 hrs run time with full battery Battery Fuel Gauge LED indicator shows power status of battery Lightweight battery approx. 14 lbs Installation to include the following: The contractor shall provide all labor, personnel, equipment, tools, materials, supervision, and other items necessary to provide integration and installation for the equipment. The contractor shall perform on-site installation and integration of equipment/systems as provided for in the contract. Installation and integration will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Contractor must use OEM certified parts and installation team must be OEM trained and certified on all equipment included in the contract. Contractor must test the equipment in the designated area as directed by the COR or their designated representative. Contractor must provide all wiring and connecting of all cables from keyboards, mice, barcode scanners, and lcds through the cart and connect to the provided computers. Contractor personnel shall comply with VA GLAHS Covid-19 protocol. Quantity: 22 FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above. TRAINING: Contractor is to provide a one-time training at installation of equipment (if applicable). Government will not require additional training. a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training and Privacy and HIPAA Training and HIPAA Training before being granted access to VA information and its systems. (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior before being granted access to VA information and its systems. b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required for this SOW. *** IF APPLICABLE*** WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment. PERFORMANCE: All items to be delivered and or installed after receipt of purchase order but not earlier than 06/15/2022 but not later than 06/30/2022. Hours: Normal duty hours are 7:30 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. PLACE OF DELIVERY: VA Ventura CBOC 5250 Ralston St, Ventura, CA 93003 SECURITY Information Security The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES sited in section C. Contract Clauses (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in ""VA Information and Information System Security/Privacy Requirements for IT Contracts"" located at the following Web site: http://www.iprm.oit.va.gov Contract Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. 36C26222Q0410 Page 1 of Page 19 of 21 Page 1 of SECTION C - CONTRACT CLAUSES MUST REFER TO RFQ - Ventura CBOC Medical Cart 36C26222Q0410 PDF for FULL DISCLOSURES, CLAUSES and PROVIVISIONS 36C26222Q0410 Page 1 of Page 20 of 21 Page 1 of SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS Intentionally Left Blank 36C26222Q0410 Page 1 of Page 21 of 21 Page 1 of SECTION E - SOLICITATION PROVISIONS E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (End of Provision) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: SUBMISSION OF OFFERS: Offers to this solicitation shall be e-mailed not later than 12:00 p.m. Pacific Standard Time on Monday, March 23, 2022, to Anette.Doan@va.gov with Solicitation Offer, 36C26222Q0410 Medical Carts-Workstations on Wheels in the subject line. Files should be sent in PDF format and no larger than 10MB or they will be automatically rejected by the server. Vendor shall expect a confirmation e-mail indicating offer was successfully received by the Government. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. Telephone and fax responses shall NOT be accepted. SUBMISSION OF QUESTIONS: All questions must be received by 12:00 p.m. Pacific Standard Time on March 21, 2022. All questions submitted for this solicitation must be electronically sent to Anette.Doan@va.gov with Solicitation Questions, 36C26222Q0410 Medical Carts-Workstations on Wheels in the subject line. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. SUBMISSION OF REQUIRED DOCUMENTS: Submission of Required Documents listed herein is a condition precedent to award of a contract. In general, LIMIT your response to no more than thirty-five (10) typewritten pages with a 12pt font-size and Times new roman font-type, including, at a minimum, the following documentation: SF 1449. As a minimum, include Complete block 17a and ""Remit to"" address, if different than mailing address Complete blocks 30a, b, c; Signature, Print Name & Title of Signer, Date Signed *Electronic Signatures and Dates are acceptable. Price/Cost Schedule Offeror quote to include the name, address, and telephone number of the offeror. Quote must be valid for 90 days. Additional Submissions: As Defined in the Salient Characteristics. Authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system must submit an authorization letter or other documents from the OEM dated within 90 days. *Submissions can be sent in multiple emails to avoid computer system email size limitation to the CO. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. (End of Addendum to 52.212-1) E.2 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) E.3 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): FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.211-6 BRAND NAME OR EQUAL AUG 1999 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 (End of Provision) E.4 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Acceptability shall be established by review of each submitted quote, attachments, and/or information by the Agency and verification that any brand name or equal to items meet all the salient characteristics included in this solicitation. Once acceptability has been established, the Contracting Officer shall award to the Lowest Price. Acceptability and past performance, when combined, are more important than 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e4fbe3e792b94a2daec90b1cc41569c1/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Greater Los Angeles: Ventura CBOC 5250 Ralston Street, Ventura 93003, USA
Zip Code: 93003
Country: USA
 
Record
SN06267753-F 20220317/220315230105 (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 |
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.