SOLICITATION NOTICE
65 -- Pedigo Surgical Table and Stand
- Notice Date
- 7/11/2022 10:39:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26022Q0666
- Response Due
- 7/15/2022 1:00:00 PM
- Archive Date
- 08/14/2022
- Point of Contact
- Ladell D Holmes, Contract Specialist, Phone: (360) 816-2763
- E-Mail Address
-
Ladell.Holmes@va.gov
(Ladell.Holmes@va.gov)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Sources Sought Notice Page 8 of 8 *= Required Field Sources Sought Notice Page 4 of 8 Combined Synopsis/Solicitation For 36C260-22-AP-3453 1. This is a combined synopsis/solicitation for a Pedigo Surgical Table and Stand, Brand Name or Equal as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation RFQ (36C26022Q0654) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is NAICS 339112 - Surgical and Medical Instrument Manufacturing, Size Standard 1000. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: The following are salient characteristics needed for Portland Veterans Affairs Medical Center requires the procurement of the Pedigo Surgical Table and Stand for specific operative. After extensive online research and calling multiple vendors for surgical table evaluations. Our needs include but are not limited to a two-tier surgical table to accommodate the large number of surgical tools, instrumentation, and implants necessary for complex orthopedic, neurological, and vascular surgery. This reduces the amount of physical real-estate required in the operating room which has very limited space to accommodate multiple tables and provides a safer environment for the staff and patient. Additionally, the second tier of the table is lifted hydraulicly and therefore decrease the risk of physical injury to staff as compared to a manually lifted system. The second tier is ergonomically slanted at 10o to provide better visualization of surgical tools to all surgical staff. The table offers LED lighting under the second tier which provides better visualization of the surgical tools, instrumentation, equipment, and prosthetic implants providing a safer work environment when the surgical procedure requires limited to no overhead lighting, reducing the risk of staff injuring themselves or grabbing the wrong item. Also, the main table surface is electronically height adjustable which allows for height adjustment to ensure proper ergonomics for instrument set up and use during surgery. This also reduces the risk of staff injury by not manually having to adjust the height. Finally, the table offers superior safety features which include wheel locks and second tier locks to prevent the table from moving or collapsing during a surgical procedure. Salient Characteristics The absolute minimum requirements for this equipment are as follows. Salient Characteristics for Pedigo Surgical Table and Stand: Two-tier surgical table Second tier slanted at 10o LED lighting under second tier Hydraulically lifted second tier Electronically adjustable height from 49.9 to 52.9 Locking wheels Locking second tier Second tier needs to hold 160lbs, main table needs to hold 230lbs, and bottom shelf needs to hold 230lbs. Tabletop size needs to be available in both a 5 and 6 option Mayo stand must hold 50lbs must have a useable top surface of 20x25 and 16 ¼ x 21 ¼ must be foot pedal operated must have adjustable height from 36 to 62 must only have 2 wheels must have a lock to prevent tabletop height slippage Line Item Description Unit Quantity Unit Price Total Price 0001 TABLE - Strong, heavy-duty, all stainless-steel construction Cantilevered shelf for easy observation of instruments One-person operation in raising or lowering shelf 4"" Diameter, heavy-duty ball bearing brake/swivel casters Single-pedal brake to lock swivel casters EA 2 0002 Space Station, Two Tired, Elec HGT ADJ EA 1 0003 Removable stainless-steel tray for easy cleaning EA 3 0004 Removable stainless-steel tray for easy cleaning EA 17 0005 Stainless steel STERIL-GARD construction eliminates full sub-tops where undesirable substances can collect EA 2 0006 Stainless steel utility table is manufactured to minimize or eliminate any areas where dirt, fluid and debris can become entrapped EA 1 0007 One-piece sterile drape covers both surfaces of the table EA 3 0008 One-piece sterile drape covers both surfaces of the table EA 6 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: a. Meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8. Delivery shall be within thirty (60) days from the time of award. Shall be delivered to the Portland VAMC 3710 SW US Veterans Hospital RD, Portland OR, 97207. FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations. Solicitations are not required to state the relative importance assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality (2) Past Performance (3) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The evaluation will consider the following: The following is standard evaluation language (i.e., how the Government evaluates what is submitted in the quotation). The information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options {delete preceding three (3) words if no options are included}. The Total Evaluated Price will be that sum. 11. 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. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. 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: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 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) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms, or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to ladell.holmes@va.gov no later than 1PM PST on 07/15/2022. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Ladell Holmes at ladell.holmes@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/977eb34fe998438993dbbde4b520702b/view)
- Record
- SN06384694-F 20220713/220711230109 (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 |