SOLICITATION NOTICE
65 -- 36C24123Q1093 HOWARD MEDICATION CART
- Notice Date
- 9/8/2023 7:05:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q1093
- Response Due
- 9/13/2023 11:00:00 AM
- Archive Date
- 10/13/2023
- Point of Contact
- Tyler Kenyon, Contracting Officer, Phone: 401-273-7100
- E-Mail Address
-
Tyler.Kenyon@va.gov
(Tyler.Kenyon@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items Effective Date: 05/15/2023 Description This is a combined synopsis/solicitation 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, 36C24123Q1093. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 Employees. The FSC/PSC is 6515. The Contracting Activity is seeking delivery of a Firm Fixed Priced (FFP) (4) Howard Medical HI-Paradigm E 3-Tier Cart to WEST HAVEN VA Medical Center, 950 CAMPBELL AVE WAREHOUSE WEST HAVEN, CT. This is a brand name or equal requirement for Howard equipment (see attached limited sources justification). This requirement will be solicited as 100% Service Disabled Veteran Owned Small Business set aside. All interested companies shall provide quotations for the following: Supplies/Services Authorized Sellers Only CLIN Number Part Number Item Description Quantity Delivery Terms 0001 BASE176 Howard HI Paradigm E Series HI-Paradigm E 3-Tier Cart Description Central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, height adjustments, and light controls. Motorized work surface height adjustment - with 3-tier storage without add-on: 35 sitting to 47.6 standing - with 6-tier storage or 3-tier with add-on: 42 to 47.6 standing LCD VESA monitor mount with motorized height adjustment (5.25 range). - Monitor mount for 75 or 100mm VESA, includes tilt and swivel motions, supports vertical or horizontal monitor orientation Large work surface area (17 W x 14.3 D) with translucent protective cover Large, fan cooled, electronic locking PC compartment (dimensions: 17.1'W x 12.5'D x 3.2'H) PowerMax 150 power system with 655 Whr (51.2 ah) Lithium Iron Phosphate battery - (see details below) (4) 5' premium casters with 2 locking casters on front Ergonomic adjustable push handles w/ soft-touch grip on front of cart and wrap around handle on sides and rear Slide-out keyboard tray with positive and negative tilt feature and integral wrist rest. - Max keyboard dimensions (18.2' W x 7.5' D x 1.6' H) On demand electronic Steering Assist Technology (see details below) Premium lighting package - (see details below) Mouse surface and mouse pouch on left or right side of keyboard Integral AC power distribution with 6 AC receptacles for powering customer equipment Universal accessory mounting locations on rear of cart and on monitor mount Cable management area with easy access panels to manage and house excess cables 8ft two-section coiled power cord with hospital-grade AC plug, dual integrated hooks, and replaceable plug section Includes 7-port USB Hub Cart overall size 21.4'W x 23.3'D, Base foot print 19 W x 20 D Foot rests on front legs to help reduce fatigue Anti-microbial agents in touch surfaces to help reduce the spread of certain types of bacteria Tool-less, snap on, battery cover Standard gray/white color scheme Cart and cart accessories ship fully assembled in one box for convenience Includes select software from our Mobile Care suite 3 Year Standard Warranty Warranty: HI-Paradigm E/X Cart, 3/3/3/3 Standard Warranty Howard Medical carts are manufactured in compliance with the highest standards for extreme durability and maximum reliability. Each cart is inspected and tested individually to ensure the superior performance required by healthcare professionals. Backed by Howard Medical s top-rated comprehensive warranty and world-class support team, you have every reason to expect optimal cart performance now and for many years to come. For more information about Howard Medical warranties, visit us online at http://www.howar d-medical.com/warran ty.cfm or call us at 888.323.3151. 3 Years on Mechanical Components 3 Years on Electrical Components 3 Years on Lithium Battery Defect 3 Years on Lithium Battery Performance 3TPEDME2A_22M: HI-Paradigm E Three-Tier Advanced Electronic Locking Storage Cabinet (1) Removable Two-Tier Cassette with (4) Patient Bins filling rows 1 & 2 - Patient bins measure 8.25'W x 2.5'H x 12'D each - Non-interlocking dividers included for each patient bin (1) 1 Tier General Storage Drawer filling row 3 - Drawer measures 16'W x 2.75'H x 12'D - Interlocking drawer dividers included Accepts Narcotic Lock Option on bottom drawer, select option PEDMOPT001 below BARCODE090: adapters that may be configured to support multiple types and models of handheld barcode scanners. Attache s to VESA pattern behind the monitor and places scanners just behind the right edge of the monitor, but within the cart footprint for protection. Universal Wireless mount supports the following brands and models: Honeywell 1902 Motorola DS6878HC-FIPS (not non-FIPS) Code 2500 wireless handle mount (original and new version) Code 2600 (may limit LCD swivel range) Code 2700 (may limit LCD swivel range) Datalogic GBT4100 & GBT4400 Intermec SG20 Zebra DS8178-HC (with upright standard base/Presentation Cradle) Univ ersal Tethered Scanner mount supports most handheld barcode scanners having a gun-style form factor. Scanner, Charger Base, or Cabling not included POCACC029: Cup Dispensers - Includes 1-each: small, medium, large type I & type II cup dispensers, to accommodate full range of large size cups Load cups through top hinged lid Dispenses cups from the bottom Included mounting bracket Installs on standard 100mm VESA pattern behind the monitor and places cups to the left of the monitor arm. Does not include cups Large size cupholders cannot be used in pairs, some combinations may require limiting or locking out monitor swivel feature. KBD041: Keyboard, Full Size, White, USB, Washable, Anti-Microbial - Keyboard installed on Cart, Howard Brand, installed on Cart, White, antimicrobial, washable, 104 key, USB connection, 17.5 x 6 x 1 . MOUSE013: Mouse, washable, white - Mouse, Howard Brand, Optical, waterproof, antimicrobial, white, 3-button with scroll, USB connected WKSFC104: Universal Integration Kit - Includes mounting hardware to allow installation of SFF and AIO PC Kit Includes: - 1ea - Monitor Spacer Kit - 4ea - Adhesive Backed Rubber feet - 1ea - USB 2.0 Extension M/F Cable - 10' - 3M Dual Lock Adhesive Back - 6ea - 4' blsck cable ties - 6ea - 8' white cable ties - 6ea - 8' black in-line cable ties - Labels Sheet - Integration Kit Guide PCOPT019: 7 Port USB Hub - USB 2.0 Hub is factory installed in PC compartment at inside rear wall, below the LCD arm, and provides ample number of USB device expansion ports POCACC036: Mount for electronic signature pad for HI-Care E/X or Paradigm E/X carts - Included brackets allow mounting of signature pad to cart rear UAM mounting location which places signature pad on a 6' x 6' metal platform slightly above the work surface next to the LCD arm (right of left side) - includes 4' x 4' velcro pad - Does not include signature pad UNIVACC025: IV Pole w/ Rear Mounted Handle IV Pole extends 24' to 36' above worksurface Rear Handle Measures - 14' W x 4' D Signature Pad: ePadLink ePad-ink - Signature terminal - 3 x 2.2 in - wired - USB 2.0, 1 Year Warranty Scanner: Enhanced Honeywell-based 1952HHD Cordless BCMA Firmware Scanner kit: Includes BCMA Firmware, setup card, FIPS 140-2, USB, 3 year Comprehensive warranty (TCG1902-1LC3) with TCG EWP Warranty Protection. SOFTWARE: Power Manager - Power Manager is a powerful web based tool for remote monitoring and management of cart power systems on your entire fleet of Howard Medical carts. The application runs as a web service allowing easy access by an administrator anywhere on your network via a web browser. Carts on your network will automatically call home to Power Manager, announce themselves and request to be managed and then periodically call home to report power system data. Power Manager provides administrators detailed control over power system data logging, alarm thresholds, and notification rules used for real-time alarm notification. Data from cart power systems throughout your fleet is continuously pushed up to and stored in Power Manager for later review. Robust data mining and reporting tools are available to analyze collected cart power system data or you can export the data for further analysis by 3rd party tools. Power Manager also keeps track of the last two wireless access points used by each cart to call home thus providing a simple way to track recent movement of carts and to determine the last known location of carts that have gone offline. Power Manager can be used with all Howard carts. SOFTWARE: Power Display - Power Display is a web based tool that runs on the local computing device on each cart providing direct access to power supply data as well as communication with Power Manager. Power Display also provides a small on-screen battery fuel gauge that displays real time battery capacity and charging state. The web interface provided by Power Display allows you to view the cart s real time power data, power data logs, and event data logs from a browser either locally at the cart or from any location on the network. The Power Display background service, which is transparent to local users, handles communication with Power Manager to periodically call home and report power system data. SOFTWARE: Med Manager - Med Manager is a powerful web based tool for remote management of cart settings and med drawer access permissions on your entire fleet of Howard Medical carts. The application runs as a web service allowing easy access by an administrator anywhere on your network via a web browser. Carts on your network will automatically call home to Med Manager, announce themselves and request to be managed and then periodically call home to check for new data. Med Manager provides administrators detailed control over cart behavior and user permissions individually or in groups. Data from carts throughout your fleet is continuously pushed up to and stored in Med Manager for later review including general cart configuration data and detailed information about who accessed which drawers and when. Robust data mining and reporting tools are available to analyze cart, user, and med drawer access data or you can export the data for further analysis by 3rd party tools. Med Manager also keeps track of the last two wireless access points used by each cart to call home thus providing a simple way to track recent movement of carts and to determine the last known location of carts that have gone offline. Med Manager can be used with all Howard carts that include electronic locking storage and can be used with X series carts with or without storage. SOFTWARE: Med Display - Med Display is a Windows application that runs on the local computing device on each cart providing direct access to local med drawer cabinets, cart settings, audit records, and drawer calibration. The Med Display background service, which is transparent to local users, handles communication with Med Manager and periodically calls home to report any new audit data and retrieve any pending cart updates. 4 WEST HAVEN VA Medical Center, 950 CAMPBELL AVENUE WEST HAVEN, CT 06516 Delivery schedule shall occur from 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Federal Holidays. Delivery shall be within 12 WEEKS after receipt of order (ARO). FOB Destination. 0002 UNIVACC025 IV Pole for Howard Medical Cart, factory integrated 4 Place of Performance/Place of Delivery Address: 950 Campbell Avenue West Haven CT Postal Code: 06516 Country: UNITED STATES 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 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 Dec 2022 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Mar 2023 The following subparagraphs of FAR 52.212-5 are applicable: 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. 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 equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) All quoters shall submit the following: QUOTE All quotes shall be sent to the Contract Specialist, TYLER.KENYON@va.gov. All quotes shall include documentation of authorized reseller vendor status if other than the Original Equipment Manufacturer. 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 following are the decision factors: price, past performance, delivery timeframe, item availability The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 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 Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, 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 Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or 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 Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted 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 Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (1) Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST ( https://assist.dla.mil/online/start/). (ii) Quick Search ( http://quicksearch.dla.mil/). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) 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. Submission of your response shall be received not later than 1400PM EST on 09/13/2023 at tyler.kenyon@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. Point of Contact Tyler Kenyon tyler.kenyon@va.gov Phone: 401-932-7055
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c2750f1e63e442218b1b0a2a2a854701/view)
- Place of Performance
- Address: VAMC WEST HAVEN 950 CAMPBELL AVENUE, WEST HAVEN 06516
- Zip Code: 06516
- Zip Code: 06516
- Record
- SN06824642-F 20230910/230908230054 (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 |