Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

65 -- Hillrom Centrella Beds Brand Name or Equal to

Notice Date
1/15/2025 12:58:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26025Q0188
 
Response Due
1/21/2025 3:00:00 PM
 
Archive Date
02/20/2025
 
Point of Contact
Maureen Sundstrom, Contract Specialist
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, 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 is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26025Q0188. The Government anticipates awarding a firm-fixed price supply order from this solicitation. This is a solicitation for Centrella Beds with accessories. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-02 Effective January 03, 2025. This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees, and the PSC is 6530. All interested companies shall provide quotations that are Brand Name or Equal To HillRom Centrella for the following: Equipment Needed: Items: Brand Name or Equal to Hillrom Centrella Item # Description/Part Number* Qty Price Extended Amount 1 Centrella Bed with Pro surface CNT 255 3 2 Centrella Smart+ Bed with max air surface and blower CNT 355 8 3 Bed Base CNT Base 11 4 Nurse Call in Siderail 11 5 Accessory Outlet 11 6 Patient Helper Bracket 11 7 OSI Patient Helper Sleeve 11 8 Pro Surface for 36 inch frame 3 9 Safeview with Illumiguide 3 10 Second LCD Touchscreen 3 � SUBTOTAL (Products) � SALIENT CHARACTERISTICS Max Air Feature Must have powered air mattress that operates continuously to decrease localized heat and moisture buildup. Allows for continuous full-body pressure redistribution for patients 70 to 500 pounds, automatically adjusts the air system to accommodate changes weight distribution. Ability to override and increase firmness for patient transfers or adjust patient position. Ability to adjust for patient comfort, with 2 zones, which can be adjusted separately. GCI Touchscreen Must be located on the outside of the head rails for quick caregiver access to patient and bed status as well as other bed controls. Approximate size 4X5 inches Must include Bed Exit Silence Alarm Exit alarm settings to include silence, auto reset, and visual AND audible safety prompts. Brake Not Set Alarm Must have option for spoken verbal safety alert to caution caregiver and patient in a non-alarming manner. One Button Chair One button control to convert a flatbed into a cardiac chair. Must include Battery Backup - 12 Volt, 7 mil amp hour batteries x 2 Digital Angle Indicator Digital angle indicator gives the specific reading of the angle of bed if Trendelenburg or reverse Trendelenburg positioning is needed. Must reach 18 degrees. Must have Built in Line and Cord Management - Cutouts for electrical cord or monitor cable management for use during transporting. Must be located within the head and footboards or alternative built-in to the bed, not hanging. Must have 4 IV Pole Sockets - Sized for standard hospital IV poles. 2-4 bag capacity. Must include Integrated Restraint Holders - Sized for standard belt restraints. Must have Lockout Controls Ability to lock controls. Must have Drainage Bag Holder Ability to hold up to 20 pounds. Must have Smart Bed Ready (Sidecom Req) - up to 32 patients safety and bed matrices to be transmitted to caregiver devices (such as smart phones, Vocera, etc) and/or Vista or Cerner EMR Must have Wi-Fi Module Must have Enhanced 3-Mode Bed Exit - includes silence, auto reset and visual AND audible safety prompts. Must have Motion Activated Nightlight Must include Stand Assist - height adjust buttons to aid in safely lifting the patient onto their feet Advanced Slideguard® Feature - reduces patient migration in bed when the head of the bed is raised Must include Foley Position Limit - monitors and alerts if a foley bag is touching the floor Patient HOB Angle Display - digital head of bed angle indicator gives the specific reading of the angle of the head Trend/Rev Trendelenburg ranges from 0-18 degrees. 18 degrees required. Dampened Emergency CPR - Ability to quickly and safely lower the head section to a flat position in case of a code. Ability to access from both sides of the bed. Must have Patient Storage in Siderail - Sized to hold items such as smart phone, reading glasses, books/magazines. Must have Integrated Urinal Holders Ability to hold any sized urine collection bottle that is filled. FlexAFoot Powered Bed Extend Must have powered bed length extension. Must have Steer Caster font left caster can be locked for steering 36 Inch frame width required In-bed Scale must have ability to weight up to 500 pounds USB charger required 2nd LCD Touchscreen required Patient Pendant - Moveable bed control that allows the patient easy access to adjust the bed s head and foot sections. Approx. size is 3 x 5 . Removable IV Pole Must have verbal alerts Verbal safety alerts such as Brake not set, Your care team has been called, Please don t get up, etc. Able to set 6 different languages. Additional information sought: Warranty Please describe the offered warranty. Place of manufacture Please provide the place of manufacture. 52.211-6� Brand Name or Equal. As prescribed in� 11.107(a), insert the following provision: Brand Name or Equal� (Aug 1999) (a)� If an item in this� solicitation� is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that ""equal""� products� must� meet are specified in the� solicitation. (b)� To be considered for award,� offers� of ""equal""� products, including ""equal""� products� of the brand name manufacturer,� must- (1)� Meet the salient physical, functional, or performance characteristic specified in this� solicitation; (2)� Clearly identify the item by- (i)� Brand name, if any; and (ii)� Make or model number; (3)� Include� descriptive literature� such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the� Contracting Officer; and (4)� Clearly describe any modifications the� offeror� plans to make in a product to make it conform to the� solicitation� requirements. Mark any descriptive material to clearly show the modifications. (c)� The� Contracting Officer� will evaluate ""equal""� products� on the basis of information furnished by the� offeror� or identified in the� offer� and reasonably available to the� Contracting Officer. The� Contracting Officer� is not responsible for locating or obtaining any information not identified in the� offer. (d)� Unless the� offeror� clearly indicates in its� offer� that the product being offered is an ""equal"" product, the� offeror� shall� provide the brand name product referenced in the� solicitation. (End of provision) Delivery FOB Destination is preferred, 30 days after receipt of order. All deliveries will be coordinated with the Portland VA Medical Center Point of Contact. Place of Delivery: Department of Veterans Affairs Portland VA Medical Center Community Living Center 1601 E 4th Plain Blvd Vancouver, WA 98661 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) 52.222-50 Combatting Trafficking in Persons (NOV 2021) 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) 52.225-18 Place of Manufacture (AUG 2018) 52.252-1 Provisions Incorporated by Reference (FEB 1998) VAAR Provisions: 852.239-75 Information and Communication Technology Accessibility Notice (FEB 2023) (a) 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 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. (b) 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. (c) 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. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) 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 contractors, the offeror making such contact may be excluded from award considerations. (f) 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. (g) 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. (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Price (a) 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 offeror'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. FAR 52.213-3 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. 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. All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification Veteran Small Business Certification (sba.gov). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (NOV 2023) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items (NOV 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.239-76 Information and Communication Technology Accessibility (FEB 2023) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-71 Delivery Location (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAY 2024) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.203-17 52.204-10 52.204-27 Contractor Employee Whistleblower Rights (NOV 2023) Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) 52.219-6 52.219-28 Notice of Total Small Business Set-Aside (NOIV 2020) Post Award Small Business Program Representation (FEB 2024) (15 U.S.C 632(a)(2)) 52.222-3 52.222-19 Convict Labor (JUN 2003) (E.O. 11755) Child Labor Cooperation with Authorities and Remedies (FEB 2024) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 52.222-35 Equal Opportunity (SEP 2016) (E.O. 11246) Equal Opportunity for Veterans (JUN 2020) 52.222-36 52.222-37 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) Employment Reports on Veterans (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.225-3 Buy American-Free Trade Agreements-Isreali Trade Act (NOV 2023) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.226-8 52.232-33 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332) All quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 3:00 PM PST on 01/21/2025. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-4 available below, and, if not the manufacturer, an authorized distributor letter. Any offer that does not provide the following supporting documentation may be considered non-responsive. Required Supporting Documentation and Information: Buy American Certificate Authorized Distributor Letter if not the manufacturer Certification that equipment meets/exceeds the salient characteristics of the desired brand above Delivery date The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. A.1 52.225-4 BUY AMERICAN-FREE TRADE AGREEMENTS-ISRAELI TRADE ACT CERTIFICATE (NOV 2023) (a)� (1)� The� Offeror� certifies that each� end product, except those listed in paragraph (b) or (c)(1) of this provision, is a domestic� end product� and that each domestic� end product� listed in paragraph (c)(2) of this provision contains a critical� component. (2)� The terms ""Bahraini, Moroccan, Omani, Panamanian, or Peruvian� end product,"" ""commercially available off-the-shelf (COTS) item,"" ""critical� component,"" ""domestic� end product,"" ""end product,"" ""foreign� end product,"" ""Free Trade Agreement country,"" ""Free Trade Agreement country� end product,"" ""Israeli� end product,"" and ""United States"" are defined in the clause of this� solicitation� entitled ""Buy American-Free Trade Agreements-Israeli Trade Act."" (b)� The� Offeror� certifies that the following� supplies� are Free Trade Agreement country� end products� (other than Bahraini, Moroccan, Omani, Panamanian, or Peruvian� end products) or Israeli� end products� as defined in the clause of this� solicitation� entitled ""Buy American-Free Trade Agreements-Israeli Trade Act"": Free Trade Agreement Country� End Products� (Other than Bahraini, Moroccan, Omani, Panamanian, or Peruvian� End Products) or Israeli� End Products: Line item No. Country of origin [List as necessary] (c)� (1)� The� Offeror� shall� list those� supplies� that are foreign� end products� (other than those listed in paragraph (b) of this provision) as defined in the clause of this� solicitation� entitled ""Buy American-Free Trade Agreements-Israeli Trade Act."" The� Offeror� shall� list as other 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 .� Other Foreign� End Products: Line item No. Country of Origin Exceeds 55% domestic content (yes/no) [List as necessary] (2)� The� Offeror� shall� list the� line item numbers� of domestic� end products� that contain a critical� component� (see FAR� 25.105). 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) MANDATORYELECTRONICINVOICING VA published the final rule requiring vendors to submit invoices electronically to the Financial Services Center (FSC) in the November 27, 2012 Federal Register. The rule became effective December 27, 2012. The rule includes a new contract clause to be inserted in all solicitations and contracts by the contracting officer (VAAR 852.232-72). Vendors can comply with the rule by using either of the two methods below: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electron icinvoice submission. Please go to this website:http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). Vendor e-Invoice Set-Up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: Tungsten e-Invoice Set up Information:1-877-489-6135 Tungsten e-Invoice email:VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information:1-877-353-9791 FSC e-invoice email:vafsccshd@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/177419a5e7164349b859ab21b8d6aab9/view)
 
Place of Performance
Address: Department of Veterans Affairs Portland VA Medical Center Community Living Center 1601 E 4th Plain Blvd, Vancouver 98661
Zip Code: 98661
 
Record
SN07314199-F 20250117/250115230106 (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.