SOLICITATION NOTICE
65 -- OXYGEN EQUIPMENT - INVACARE INC - $2,224,070.00
- Notice Date
- 6/15/2022 11:59:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25722Q0765
- Response Due
- 6/21/2022 10:00:00 AM
- Archive Date
- 07/06/2022
- Point of Contact
- Oneka.Robertson@va.gov, Oneka Robertson, Phone: 210-694-6318
- E-Mail Address
-
Oneka.Robertson@va.gov
(Oneka.Robertson@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- Page 13 of 13 This is a pre-solicitation notice 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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 Effective May 26, 2022 This solicitation is set-aside for Veteran Owned Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750. The FSC/PSC is 6515. The Dallas VA Medical Center located at 4500 S. Lancaster Rd., Dallas, TX 75216 is seeking to purchase an Invacare Home Oxygen Concentrators. Please indicate which items are open market and/or on FSS schedule. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 200.00 EA __________________ __________________ 1RC1040LX02 - PLATINUM 10 CONCENTRATOR W/ SENSOR 0002 250.00 EA __________________ __________________ IOH260 - HOMEFILL READY RACK 0003 600.00 EA __________________ __________________ IRC5P02V - PERFECTO 2V WITH SENSOR 0004 550.00 EA __________________ __________________ IOH270 - HOMEFILL READY RACK 0005 800.00 EA __________________ __________________ IOH 200 - INVACARE HOMEFILL II OXYGEN COMPRESSOR 0006 1,600.00 EA __________________ __________________ HF2POSTD - CYL W HOMEFILL COMPATIBLE POST VALVE 0007 800.00 EA __________________ __________________ TAGRP305014-PK - CART D/E CYLINDER SINGLE 6 0008 1,600.00 EA __________________ __________________ HF2PC9 - HOMEFILL 2 CONSERVER M9 0009 800.00 EA __________________ __________________ HF2POST9BAG - CASE CYLINDER M9 POST VALVE GRAND TOTAL __________________ Brand Name Only NTVHCS is requesting brand name only Home Oxygen Concentrators manufactured by Invacare. Brand Name Only request applies to all line items listed in this combined synopsis. 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Attention CO: www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 Oct 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021 (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items FAR 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 http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.214-21 DESCRIPTIVE LITERATURE APR 2002 (End of Addendum to 52.212-1) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2020) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts of Interest. [] 852.211 70, Equipment Operation and Maintenance Manuals. [X] 852.214 71, Restrictions on Alternate Item(s). [] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.] [] 852.214 73, Alternate Packaging and Packing. [] 852.214 74, Marking of Bid Samples. [] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements. [] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification and Insurance. [] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. [X] 852.232 72, Electronic Submission of Payment Requests. [] 852.233 70, Protest Content/Alternative Dispute Resolution. [] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification and Medical Liability Insurance. [X] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements. [] 852.270 1, Representatives of Contracting Officers. [] 852.271 72, Time Spent by Counselee in Counseling Process. [] 852.271 73, Use and Publication of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension of Contract Period. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [] 852.237 74, Nondiscrimination in Service Delivery. (End of Clause) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) VAAR 852.236-90 RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS (APR 2019) This clause applies to the following items: LINE ITEM 0001 - 0009 (B) Notwithstanding the Material and Workmanship clause of this contract, FAR 52.236-5(a), nor any other clause or provision, only brand name products for the items listed above will be authorized for use on this contract. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorprates 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/ (End of Clause) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.212-71 GRAY MARKET ITEMS APR 2020 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 (End of Addendum to 52.212-4) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2020) All quotes shall be sent to Oneka Robertson at Oneka.Robertson@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Option to Increase Quantity will be evaluated at time of award. The following are the decision factors: 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: All proposals received will be evaluated for technical acceptability. The Government will select for award the most advantageous proposal representing the best value to the Government based upon an integrated assessment of Non-Price factors (Technical, Delivery, and Past Performance) and the Price factor. Technical and past performance, when combined, are significantly more important than price. (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. EVALUATION METHODOLOGY The award decision will be based on the following: 1.Registered in www.sam.gov to receive Government contracts. 2.Registered in www.vip.vetbiz.gov as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) depending on set-aside assigned. 3.Price a. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. 4.Technical a. Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. 5.Past Performance a. Must provide a minimum of two (2) past performance experiences related to purchase in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. 6. Delivery Delivery schedule requirements: 30 days after award date no later than 45 days after award date. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. This is an open-market small business solicitation for products as defined herein. The government intends to award a contract as a result of this Pre-Solicitation Notice that will include the terms and conditions set forth herein. Questions shall be emailed to the contract specialist and received no later than 12:00 CST June 16, 2022 at Oneka.Robertson@va.gov Submission of your response shall be received not later than 12:00 EST June 21, 2022 at Oneka.Robertson@va.gov. 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 Point of Contact listed below. Oneka Robertson Oneka.Robertson@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a61bdbe8eaed45b6be8e49bbe0c1df8a/view)
- Place of Performance
- Address: Dallas VA Medical Center 4500 S. Lancaster, Dallas, TX 75216, USA
- Zip Code: 75216
- Country: USA
- Zip Code: 75216
- Record
- SN06359615-F 20220617/220615230112 (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 |