SOLICITATION NOTICE
65 -- Isoflex Specialty Mattresses - Brand Name Only Indianapolis VAMC
- Notice Date
- 7/7/2025 6:50:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0672
- Response Due
- 7/15/2025 1:00:00 PM
- Archive Date
- 07/30/2025
- Point of Contact
- Barbara Robertson, Contracting Specialist, Phone: (513)861-3100
- E-Mail Address
-
Barbara.Robertson@va.gov
(Barbara.Robertson@va.gov)
- Awardee
- null
- Description
- Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is an unrestricted request for brand name only supplies and equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Furniture, Hospital, Specialized (e.g., Hospital Beds, Operating Room Furniture), Manufacturing, with a small business size standard of 800 Employees. The Product Service Code (PSC) is 6530, Hospital Furniture, Equipment, Utensils, and Supplies. The Department of Veterans Affairs, Richard L. Roudebush VA Medical Center (RLR VAMC) located at 1481 W 10th Street, Indianapolis, IN 46202-2803 is seeking to purchase brand name Isolibrium and Isoflex Low Air Loss (LAL) mattresses and accessories. All quoters shall submit the following: Pricing quote with sufficient documentation to evaluate the items functional and technical specifications, Buy American Act Certificate, Warranty/Extended Warranty details, Delivery/Installation Schedule and a copy of authorized distributor letter if not the original equipment manufacturer (OEM). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 1 2972-000-000 - ISOLIBRIUM w/ DARTEX COVER 50 Each 2 2860-000-000 - ISOFLEX LAL 2860 103 Each 3 2860-000-019 ISOFLEX LAL UNIT 84 STOCKED W/ DARTEX OPTION COVER 103 Each TOTALS: STATEMENT OF WORK (SOW) Purpose: Richard L. Roudebush VA Medical Center (RLRVAMC) provides health care to Veterans living in one of America s largest metropolitan areas, including the city of Indianapolis, IN. To continue to support the facility, RLRVAMC is seeking a one-time firm fixed price contract for brand name Isoflex specialty mattresses and accessories that are compatible with brand name Stryker Intouch and Stryker S3 Zoom beds to replace specialty mattresses and accessories currently in use at the facility. The current mattresses and accessories are reaching end of life and need to be replaced. The inventory of the facility s mattresses is the result of a patient safety alert issued by Veterans Health Administration (VHA) Central Office on 04/18/2024. Scope of Work: Contractor shall provide the following specialty mattresses and accessories: Product Number Description Quantity 2972000000 ISOLIBRIUM SUPPORT SURFACE D - ISOLIBRIUM w/ DARTEX COVER 50 2860000000 ISOFLEX LAL 2860 103 2860000019 ISOFLEX LAL UNIT - 84IN STOCKED W/ DARTEX OPTION COVER 103 Service Provider Obligation: The Contractor shall provide the brand name specialty mattresses and accessories to the RLR VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202-2803. The Contractor must be an authorized reseller of Stryker Sales, LLC equipment and services to meet all government requirements. Evidence shall be submitted by an authorization letter or other documents from Stryker Sales, LLC, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of 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 to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Ordering Information: Prompt payment terms Net 30 days. Payment shall be administered to vendor upon delivery, inspection and acceptance of supplies/products in one full payment. Security Requirements: The equipment does not connect to the VA Network. No access to patient information will be needed. Signed VA Handbook 6500.6 Appendix A is on file. Government-Furnished Equipment (GFE) / Government-Furnished Information (GFI): No Government equipment will be furnished for this requirement. Delivery: Contractor shall delivery all equipment to the facility during normal business hours, 8:00AM 4:00PM EST, Monday Friday, except Federal holidays. Delivery FOB destination. All equipment will be delivered to the Richard L. Roudebush VA Medical Center located at 1481 W 10th Street, IN 46202-2803, ATTN: Kimberly Babicke. Delivery of all items shall be provided no later than 30 days after receipt of order (ARO). Any unexpected delays must be communicated to Kimberly Babicke and the Contracting Officer. (End of Statement of Work) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 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: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (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, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold; (2) Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3) 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 in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. 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, email, and telephone number of the� quoter; (4)� 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� offeror� shall� complete electronically); (9)� Acknowledgment of� Quotation� Amendments; (10)� Past performance� information will not be considered in simplified acquisition procurements. (11)� Quotes 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, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� 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. This section intentionally left blank. (e)� Multiple� Quotes.� This section intentionally left blank. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, 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� or revisions are due. (2) Any� quote� 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� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other 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. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. This section intentionally left blank. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (j)� Unique entity identifier.(Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. 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� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request for Quote (RFQ) when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l)� Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) full text is available at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following solicitation provisions are incorporated by reference: FAR 52.204-7, System for Award Management (Nov 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-20, Predecessor of Offeror, (Aug 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2024) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.214-21, Descriptive Literature (Apr 2002) FAR 52.225-1, Buy American Supplies (Oct 2022) FAR 52.225-2, Buy American Certificate (Oct 2022) FAR 52.229-11, Tax on Certain Foreign Procurements Notice and Representation (Jun 2020) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.215-72, Notice of Intent to Re-Solicit (Oct 2019) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Sep 2018) VAAR 852.233-71, Alternate Protest Procedure (Sep 2018) VAAR 852.239-75, Information and Communication Technology Accessibility Notice (Feb 2023) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) VAAR 852.273-70, Late Offers (Nov 2021) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) full text is available at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) Addendum to 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 (Jan 2025) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(5),(9),(12),(31),(32),(33),(34),(36),(39),(49),(51), (55) and (59) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.242-71, Administrative Contracting Officer (Oct 2020) VAAR 852.247-72, Marking Deliverables (Oct 2018) VAAR 852.247-73, Packing for Domestic Shipment (Oct 2018) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) VAAR 852.201-70, Contracting Officer s Representative (Dec 2022) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Deviation) (Jan 2023) VAAR 852.215-71, Evaluation Factor Commitments (Oct 2019) VAAR 852.222-71, Compliance with Executive Order 13899 (Deviation) (Apr 2025) VAAR 852.246-71, Rejected Goods (Oct 2018) VAAR 852.212-71, Grey Market and Counterfeit Items (Feb 2023) Basis of Award All quotes shall be sent to the Department of Veterans Affairs, Network Contracting Office (NCO) 10 via email to Barbara.Robertson@va.com. 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, technical capabilities, warranty/extended warranty, and speed of delivery. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 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 4:00PM EST, Tuesday, 07/15/2025 at Barbara.Robertson@va.gov. No submissions received after the above-mentioned date and time will be accepted. When responding to this announcement, respondents should include RFQ 36C25025Q0672 Isoflex Mattresses - Brand Name Only in the subject line. 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 not later than Friday, 07/11/2025 @ 12:00PM EST. No telephone calls will be accepted. Point of Contact Barbara Robertson, Contracting Specialist, Barbara.Robertson@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/133383643d19491d9b8a40e44d2e91ea/view)
- Place of Performance
- Address: Department of Veterans Affairs Richard L. Roudebush VAMC 1481 W 10th Street, Indianpolis, IN 46202-2803, USA
- Zip Code: 46202-2803
- Country: USA
- Zip Code: 46202-2803
- Record
- SN07500477-F 20250709/250707230048 (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 |