Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

65 -- 692-23-2-9961-0083 NEW Rehabilitation Laser

Notice Date
5/23/2023 1:18:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0637
 
Response Due
6/2/2023 1:00:00 PM
 
Archive Date
06/16/2023
 
Point of Contact
Rex Maughan, Contracting Specialist, Phone: 360) 816-2769
 
E-Mail Address
rex.maughan@va.gov
(rex.maughan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
2 Combined Synopsis/Solicitation for 36C260-23-AP-2485 Brand Name or Equal To K-Laser Rehabilitation Laser 100% for SDVOSB Set Aside 1. This is a combined synopsis/solicitation for K-Laser Rehabilitation Laser, Model: Cube Plus 30 Med Package Kit. Brand Name or Equal To 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 36C26023Q0637is 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). This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 334510 - Electromedical and Electrotherapeutic Apparatus Mfg. Size Standard 1,250 employees. Offerors must be registered at https://vetbiz.va.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. Proprietary Letter required. 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 https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: Salient characteristics needed at the White City VAMC for the procurement of the BRAND NAME or EQUAL To: K-Laser Rehabilitation Laser. Brand Name or Equal To: K-Laser Rehabilitation Laser Manufacturer: K-Laser Model: PF134 Cube Plus 30 Med Package Kit Salient Characteristic Features K-Laser Rehabilitation Laser VA Southern Oregon Rehabilitation Center RFQ# 36C260-23-AP-2485 White City VAMC is requesting K Laser Rehabilitation Laser for delivery to the VA Southern Oregon Rehabilitation Center White City, OR. The following specifications are the basic needs of the Rehabilitation Lasers. The following are Brand Name or Equal To. Salient Characteristics Item: K-Laser Rehabilitation Laser Model: PF134 Cube Plus 30 Med Package Kit Reason for Equipment needs: Triggers photochemical and photothermal wavelengths aimed at accelerating the tissue healing process and arresting soft tissue and joint pain to stimulate rapid tissue repair Overview of what is needed: Does the item require 110V, 120V, 12V, 220V for power: Minimum 25 W continuous power What are the Dimensions needed for the item: Less than 4 lbs., hand piece that allows operator control of power density while using device Performance needs: Provide minimum of 4 wavelengths (660 nm, 800 nm, 905 nm, 970 nm) submitted simultaneously or any combination, pulse range 1-20,000 Hz, allow for protocol selection by size, body part, skin tone, pain and chronicity level and automatically adjust accordingly, Technology: Class IV Laser, portable with rechargeable battery, digital color screen, software updates via Wi-Fi with lifetime software updates, solid state diode, bi-directional cooling Maintenance: Minimum 5-year warranty Training: Online and onsite training for clinicians ITEM INFORMATION Delivery FOB Destination to: DEPARTMENT of VETERANS AFFAIRS VA Southern Oregon Rehabilitation Center 8495 Crater Lake Hwy White City, OR. 97503 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 to requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs. a. Meet or exceed 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 items meet 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 (180) days from the time of award. Shall be delivered to VA Southern Oregon Rehabilitation Center 8495 Crater Lake Hwy White City, OR. 97503 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. Proprietary Letter required. 1. Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision. 2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected. (b) 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. 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: 52.211-6 Brand Name or Equal (AUG 1999) 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 52.247-34  F.O.B. Destination. 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items. 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 rex.maughan@va.gov The solicitation closes at 17:00 PST on 6/02/2023 All questions must be submitted by 5/31/2023 13:00 PST no questions will be accepted after 5/31/2023 all answers to potential questions will be answered posted via amendment to RFQ # 36C260-23-AP-2485 on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject: QUESTIONS FOR RFQ # 36C260-23-AP-2485. NO QUESTIONS WILL BE ANSWERED VIA PHONE or Orally. No late quotations will be accepted. Please email all quotes via email to rex.maughan@va.gov NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED. 17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a49fb1422584ce2bd865a9302de1195/view)
 
Place of Performance
Address: DEPARTMENT of VETERANS AFFAIRS VA Southern Oregon Rehabilitation Center 8495 Crater Lake Hwy, White City, OR 97503, USA
Zip Code: 97503
Country: USA
 
Record
SN06692048-F 20230525/230523230122 (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.