Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2024 SAM #8320
SOLICITATION NOTICE

65 -- NX EQ HoverTech Air-Assisted Patient Lifting Systems

Notice Date
9/5/2024 7:34:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G24Q0106
 
Response Due
9/20/2024 8:59:00 PM
 
Archive Date
11/19/2024
 
Point of Contact
Maurice Christian, Contract Specialist, Phone: Contracting Officer, Fax: Jessica.Edwards@va.gov
 
E-Mail Address
Maurice.Christian@va.gov
(Maurice.Christian@va.gov)
 
Awardee
null
 
Description
. Page 1 of 11 This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800. The Strategic Acquisition Center (SAC) Strategic Acquisition Center - Fredericksburg Department of Veterans Affairs, 10300 Spotsylvania Avenue, Suite 400, Fredericksburg, VA 22408 is seeking to purchase non-expendable (NX) equipment (EQ) Air Assisted Patient Transfer and Lifting System. All interested companies shall provide quotations for the following: Air Assisted Patient Transfer and Lifting System Place of Performance Address: Department of Veterans Affairs Medical Centers throughout the U.S. Postal Code ALL Country: United States Award shall be made to the offeror whose proposal offers the best value to the government The government will evaluate information and award the contract based on the following evaluation criteria: (1) Technical (2) Past Performance, (3) Veterans Preference, and (4) Price. The Technical Factor is significantly more important than Past Performance Factor. The Past Performance Factor is significantly more important than the Veterans Preference. When combined, the non-price factors, are significantly more important than Price. To receive consideration for award, a rating of no less than Acceptable"" must be achieved for the Technical Factor. At a minimum, all of the salient characteristics listed in the Combined Synopsis/Solicitation must be met to achieve a rating of Acceptable. 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 Products and Commercial Services. FAR 52.212-2, Evaluation Commercial Products and Commercial Services. FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. All other provisions can be found in Section D of the attached solicitation. Offerors must complete annual representations and certifications on-line at http://SAM.gov in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. 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 Products and Commercial Services. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. All other clauses can be found in Section C of the attached solicitation. The following subparagraphs of FAR 52.212-5 are applicable: In addition to the clauses identified by an (X) found in FAR 52.212-5, the following clause(s) are applicable: SAC 18-01 SAC SERVICE LEVEL AGREEMENT FEE AND SUBMISSION OF QUARTERLY SALES REPORTS; NX EQUIPMENT (JANUARY 2016) All quoters shall submit one (1) copy of the following: Completed Attachment A Price Cost Schedule Completed Salient Characteristics Table Completed Reps and Certs in SAM.gov All other deliverables as instructed in the solicitation and in Attachment D. Completed Attachment F Past Performance Questionnaire All offers shall emailed to Contract Specialist, Maurice Christian, Maurice.Christian@va.gov and Contracting Officer, Jessica Edwards, Jessica.Edwards@va.gov. Strategic Acquisition Center (SAC), Strategic Acquisition Center (SAC), U.S. Department of Veterans Affairs, 10300 Spotsylvania Avenue, Suite 400, Fredericksburg, VA 22408, This is a combined synopsis/solicitation for Air Assisted Patient Transfer and Lifting System as defined herein. The government intends to award an Air Assisted Patient Transfer and Lifting System contract as a result of this combined synopsis/ solicitation that will include the terms and conditions set forth herein. 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."" Submission shall be emailed and received not later than 11:59 PM (ET) September 20, 2024, at the Point(s) of Contacts listed below. Late submissions will not be accepted and shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be e-mailed and only emailed offers will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist AND contracting officer listed below. Point(s) of Contact Contracting Officer: Jessica Edwards Jessica.Edwards@va.gov Contract Specialist: Maurice Christian Maurice.Christian@va.gov Requirement Description: A single award Requirements contract will be awarded IAW FAR 52.211-6 Brand Name or Equal in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Offers shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Ophthalmic Goods Manufacturing: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 800 employees. This acquisition is for a single award, requirements contract in accordance with FAR Part 16.5 for Hovertech brand name or equal Air Assisted Patient Transfer and Lifting System and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE. All interested companies shall provide a quote for all Contract Line Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE. The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination. Firm-fixed price orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda also applies to this acquisition. The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached. All interested offerors must be registered in the System for Award Management (SAM) prior to submitting a quote. You may access SAM at www.SAM.gov | Home. Questions regarding this combined synopsis/solicitation are due via email by 11:59 PM ET on September 12, 2024, to Contract Specialist, Maurice Christian at Maurice.Christian@va.gov and Contracting Officer, Jessica Edwards at Jessica.Edwards@va.gov. No calls will be accepted. Offers are due via email by 11:59 PM ET on September 20, 2024, to Contract Specialist, Maurice Christian at Maurice.Christian@va.gov and Contracting Officer, Jessica Edwards at Jessica.Edwards@va.gov.. SCOPE OF WORK The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the Air Assisted Patient Transfer and Lifting Systems as a candidate for inclusion in the National Equipment Catalog (NEC). This will be accomplished via the awarding of a VA-wide (otherwise referred to as national ) single award requirements contract using a brand name or equal evaluation criteria. HOVERTECH International Air-Assisted Patient Transfer and Lifting System is designed to quickly and safely lift fallen patients. It allows a minim of two caregivers to maneuver patients without requiring an entire lift team of clinical staff. HoverJack® features four chambers with self-sealing inflation valves that are inflated sequentially to lift patients from the floor to bed, stretcher, or during stairwell evacuations in a supine position. If a bed or stretcher is not nearby, the HoverJack s Teflon-coated bottom allows caregivers to slide the patient across any surface. When used with the inflatable HoverMatt® caregivers can laterally transfer a patient from the HoverJack® to a bed, stretcher or imaging table while preventing further patient injuries, and minimizing the risk of injury to the caregivers. A cushion of air beneath the inflated air mattress reduces the force required to move a patient by 80 90%, enabling caregivers to safely transfer patients without lifting or straining, thus protecting caregivers from musculoskeletal injuries. Additionally, safety strap and patented cradling effect allows patients to feel secure, provide comfort during transfer, and prevents friction and skin shear injuries. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide an entire air assisted patient transfer and lifting system to be used by clinicians throughout the VA medical centers and facilities. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the Offeror to indicate that each product being offered as an equal product to the Hoovertech Air Assisted Patient Transfer and Lifting System. For each equal product, the Offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The Offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the Offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. OFFERORS MUST BE ABLE TO PROVIDE ALL CLINS TO BE CONSIDERED FOR AWARD. CONTRACT LINE ITEM# BRAND PART NUMBER DESCRIPTION 0001 HOVERTECH HJ3202T 32"" Wide HoverJack Lifting Device without Evacuation Capability 0002 HOVERTECH HJ3902T 39"" Wide HoverJack Lifting Device Without Evacuation Capability 0003 HOVERTECH HJ32EV 32"" Wide HoverJack Lifting Device with Evacuation Capability 0004 HOVERTECH HM28HS 28"" Heat-Sealed HoverMatt 0005 HOVERTECH HM28DC 28"" Double-Coated HoverMatt 0006 HOVERTECH HM34HS 34"" Heat-Sealed HoverMatt 0007 HOVERTECH HM34DC 34"" Double-Coated HoverMatt 0008 HOVERTECH HM39HS 39"" Heat-Sealed HoverMatt 0009 HOVERTECH HM39DC 39"" Double-Coated HoverMatt 0010 HOVERTECH HM50HS 50"" Heat-Sealed HoverMatt 0011 HOVERTECH HM50DC 50"" Double-Coated HoverMatt 0012 HOVERTECH HM34HS-Mini 34"" x 45"" Heat-Sealed HoverMatt 0013 HOVERTECH HM34DC-Mini 34"" x 45"" Double-Coated HoverMatt 0014 HOVERTECH AIR400G 1100W Grounded Single Button High Speed Lateral Transfer Air Supply 0015 HOVERTECH HTAIR1200 120v Adjustable-Speed Lateral Transfer Air Supply 0016 HOVERTECH HMC-U Universal Cart for HoverMatt and HoverTech Air Supply 0017 HOVERTECH HJC-200 HoverJack Cart (Universal) 0018 HOVERTECH HJBSC-200*** Battery Cart for HoverJack and HoverTech Air Supply The Department of Veterans Affairs (VA) is seeking vendors who can provide HOVERTECH International Air-Assisted Patient Transfer and Lifting Systems as listed above which meet all the salient characteristics (SC) below. SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC Literature Map DOCUMENT TITLE PAGE # SC 1 The inflatable lifting device must have the capability to lift and/or evacuate a patient in the supine (face up) position and the inflatable transfer mat must have the capability to laterally transfer a patient in the supine (face up) position.  Literature Review SC 2 The lifting device and transfer mat must be reusable and latex free Literature Review SC 3 The transfer mats must come in multiple sizes. Literature Review SC 4 Storage cart must be capable of storing and transporting the lifting device, transfer mat, air supply and rechargeable power source. Literature Review SC 5 Must offer a rechargeable power source. Literature Review Vendors may offer any product solution or configuration so long as they meet the salient characteristics. Products offered in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may offer any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this combined synopsis/solicitation. ATTACHMENT A - PRICE COST SCHEDULE - AIR ASSISTED PATIENT TRANSFER AND LIFTING SYSTEM ATTACHMENT B - CONTRACT ADMINISTRATION DATA - AIR ASSISTED PATIENT TRANSFER AND LIFTING SYSTEM ATTACHMENT C - CONTRACT CLAUSES - AIR ASSISTED PATIENT TRANSFER AND LIFTING SYSTEM ATTACHMENT D - SOLICITATION PROVISIONS - AIR ASSISTED PATIENT TRANSFER AND LIFTING SYSTEM ATTACHMENT E - SALES REPORTING TOOL - AIR ASSISTED PATIENT TRANSFER AND LIFTING SYSTEM ATTACHMENT F - PAST PERFORMANCE QUESTIONNAIRE - AIR ASSISTED PATIENT TRANSFER AND LIFTING SYSTEM
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19261a770fb6456fb71e1f6d60748997/view)
 
Place of Performance
Address: Nationwide
 
Record
SN07200416-F 20240907/240905230128 (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.