SOLICITATION NOTICE
65 -- Bariatric Beds 575
- Notice Date
- 1/29/2024 12:06:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924Q0137
- Response Due
- 2/9/2024 3:00:00 PM
- Archive Date
- 04/09/2024
- Point of Contact
- Mark Holland, Contact Specialist, Phone: (303) 712-5828, Fax: N/A
- E-Mail Address
-
Mark.Holland@va.gov
(Mark.Holland@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 13 of 13 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 13 Request for Quote (RFQ) #: 36C25924Q0137 Bariatric Beds and Mattresses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm MT, 2/02/2024. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Mark.Holland@va.gov no later than 4:00pm MT, 2/09/2024. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25924Q0137. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 effective January 22, 2024. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 800 Employees. This solicitation is a 100% set-aside for Small Business. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Bariatric Bed Frame 15 EA $ $ 0002 Bariatric Bed Mattress 15 EA $ $ Grand Total $ Description of Requirements for the items to be acquired; Buy American notification - offer shall complete 52.225-2 if offering products made outside the United States. Failure to completely fill out 52.225-2 will result in a non-compliant offer and will not be considered. Not filling out the certificate implies that the end item offered is manufactured in the United States. Statement of Need WCHCS is looking for opportunities to improve patient safety by reducing falls, improve sleep, and improve overall skin integrity. These beds are marketed and proven to improve all three of the above mentioned. A bed specially designed for hospitalized patients in an inpatient setting. These beds have special features both for the comfort and well-being of the patient and for the convenience of health care workers. Features include adjustable height for the entire bed, the head, and the feet, adjustable and tuck-away side rails, and electronic buttons to operate both the bed and other nearby electronic devices. These beds are for medical surgical care, and they provide a safer means of transport, improved patient monitoring though motion detection, easier to read displays, improved skin integrity through moisture reduction and an improved under pad. Salient Characteristics Patient safety features that have multi-modes patient positioning Head and feet must incline/decline. Drive assist for transport of patients -Drive assist allows for movement of the bed driving mode will decrease need for staff to push the bed, decrease risk for injury of staff due to ability of bed to move with driving mode. Verbal alerts for patient safety needs - (Break alters and patient movement alerts). In bed scale - (None zeroing of scale). Urinal holders / Hook - (Often urinals are placed on bedside tables by Veterans this becomes unsanitary for the Veteran to have the urinal on tables that eating utensils, drinks etc. are placed on. The urinal holder allows for this to be in line of easy accessibility for the Veteran to reach the urinal and place in a safe position that decreases). USB plug on the rail. LCD screen with better visibility for patients. - This is a larger print for Veterans to be able to operate the bed panel and / or a clearer picture for them for volume, bed mobility and volume/ clarity of all bed controls. Bed battery backup. Bed alarm (Notification of patient egress). WI-FI compatible (The CLC Veterans have an opportunity to use IPAD s, other technological devices not only to watch their own TV, movies etc but to do video visits also with families. The WIFI accessibility on the beds is a feature that can be used for individuals who are bedbound or not bedbound to have easier access for this). Motion activated nightlight (Under bed and on handrail). 4 IV sockets on bedframe. Integrated Restraint holders. Bed height minimum adjustment 14.5 inches and maximum adjustment 32.5 inches. (Space under bed needs to be at least 6 inches to ensure that current patient lifts fit under the bed). Foot extensions (Bed needs to extend up to 8 feet). 40-inch bedframe width. Sensor in bedframe to monitor heart and raspatory rate. Weight compacity needs to be minimum 650lbs. Pressure sensing and moisture wicking mattress - needs to be sensor controlled for inflation and deflation to prevent bed sores. - bleach tolerant - firm mattress edging to support veteran and prevent falls. Scope of work This request is for drop ship only. The Station BioMed department will be responsible for installation of the requested items within the facility. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: Department of Veteran Affairs Grand Junction VA Medical Center 2121 North Ave Grand Junction, CO 81501 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement, (II) Price and (III) Completion of 52.225-2: If offering end items made outside the United States. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Completion of 52.225-2: If offering end items made outside the United States. Completion of 52.225-2: If offering end items made outside the United States - Offer shall complete 52.225-2 if offering products made outside the United States. Failure to completely fill out 52.225-2 will result in a non-compliant offer and will not be considered. Not filling out the certificate implies that the end item offered is manufactured in the United States. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Completion of 52.225-2: If offering end items made outside the United States 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 not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: 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. Factor 2. Price: The Government will evaluate the price by adding the total of all line-item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 3. Completion of 52.225-2 - If offering end items made outside the United States: Offer shall complete 52.225-2 if offering products made outside the United States. Failure to completely fill out 52.225-2 will result in a non-compliant offer and will not be considered. Not filling out the certificate implies that the end item offered is manufactured in the United States. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (SEP 2006) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (SEP 2021) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.225-2 (Buy American Certificate) As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line-item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) (b) Foreign End Products: The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American Supplies."" Line-Item No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ ______________ _________________ _________________ (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Mark.Holland@va.gov by 4:00pm MT, 2/09/2024. Name and email of the individual to contact for information regarding the solicitation: Mark Holland Mark.Holland@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6acd8f94ecaf483298f9354f91c162da/view)
- Place of Performance
- Address: Department of Veteran Affairs Grand Junction VA Medical Center 2121 North Ave, Grand Junction 81501, USA
- Zip Code: 81501
- Country: USA
- Zip Code: 81501
- Record
- SN06948505-F 20240131/240129230049 (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 |