65--PROS-STOCK-612-17-4-901-5845-NC Invacare HOSPITAL BED AND ACCESSORIES

expired opportunity(Expired)
From: Federal Government(Federal)
VA26117Q0870

Basic Details

started - 27 Jul, 2017 (about 6 years ago)

Start Date

27 Jul, 2017 (about 6 years ago)
due - 09 Aug, 2017 (about 6 years ago)

Due Date

09 Aug, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
VA26117Q0870

Identifier

VA26117Q0870
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)261-NETWORK CONTRACT OFFICE 21 (36C261) (5180)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA261-17-Q-0870 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. The procurement is being competed under NAICS 339112, which has a size standard of 750 employees. Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Invacare BAR PKGIVC-1633 Bariatric Package includes 1 of each: BAR600IVC, BARMATT42, AND BAR6640P 10.00 EA $________ $_________ 0002 Invacare SPS1084 Mattress, Performance 1000 30.00 EA $_______ $_________ 0003 Invacare 6417 Auto Touch
Overbed Table 30.00 EA $________ $_________ 0004 Invacare R112 Full Body Sling Solid Medium 6.00 EA $________ $_________ GRAND TOTAL $________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 1-4 Mobility Equipment 80 Tanforan Avenue Suite 14 South San Francisco, CA 94080 ALL 30 DAYS ARO Award will be made to the offeror who is deemed technically acceptable and has the lowest price. A pass/fail technical review will be completed to assess the technical acceptability of the offers. Determination of technical acceptability will be based on the offeror s ability to meet the specifications listed and the timeframe for delivery. Offerors quoting on equal products must provide any and all supporting literature showing how the item quoted meets specified items listed. Failure to provide this information before close of this request for quote will be deemed non-responsive and will not be considered for award. Instructions to Offerors Only electronic offerors will be accepted. Quotes are due by 10:00 AM EST on August 9, 2017. The below Federal Acquisition Regulation (FAR) clauses are applicable to this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items (APR 2014). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (MAR 2015): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.212-2 2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the Lowest Price Technically Acceptable (LPTA). The Government intends to evaluate quotes and award a contract without discussions (except clarifications). Therefore, the offeror s initial quote should contain the offeror s best terms from a price and technical standpoint. Award will be made to the responsive, responsible, lowest priced, technically acceptable offeror that meets or exceeds the acceptability standards for all non-cost factors. The following factors shall be used to evaluate offers: 1. SDVOSB/VOSB Verification- The Government will review VetBiz (https://www.vip.vetbiz.gov/ ) to confirm Service Disabled Veteran-owned Small Business (SDVOSB/VOSB) status verification for the submitted quotes. Evaluations will be performed on quotes submitted by verified SDVOSB/VOSBs only. 2. Authorized Distributor: You must either be the manufacturer, and/or an authorized distributor. Quote(s) must include current documentation from the manufacturer on the manufacturer s letterhead dated within 30 days of the date of this solicitation indicating the vendor is an authorized distributor. 3. Evaluation Overview: Quotes will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical quote of the lowest priced offeror. Other technical quotes may not be evaluated, unless the Government determines the lowest price offeror to be unacceptable. In the event the Government determines the lowest price offeror to be unacceptable, the technical quote of the next lowest price offeror will be evaluated. This process will continue until a technical quote is determined to be acceptable. 4. Quotes will be evaluated utilizing the following Technical evaluation criteria: .1 Meet or Exceed Salient Characteristics: The Salient Characteristic element will be rated either acceptable or unacceptable. This element must be rated acceptable to receive an overall acceptable technical rating. Quotes must separately address each salient characteristic to be considered responsive to this solicitation with the exception of Past Performance, which requires no submission by offeror on this request. If offering an or equal to item, it is the offerors responsibility to provide adequate documentation to thoroughly determine and evaluate if the or equal to item meets and/or exceeds all salient characteristics. See FAR 52.214-21 Descriptive Literature included in the solicitation. 5. Past Performance- The Government will utilize information found in the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System, System for Award Management, Experian, and Contractor Performance Assessment Reporting System. 6. Price - Price will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price is fair and reasonable. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 2015). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (MAY 2015) For the purposes of this clause, items (b) 14, 23, 25-28, 33, 40, 41, 44, and 50 are considered checked and apply. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR52.214-21 Descriptive Literature (APR 2002) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) Salient Characteristics Offerors will be evaluated to the extent they can provide the items (or equal). The Government will award to the lowest priced, responsible, technically acceptable offeror. For those quoting equal items, please provide specifications sheet and other applicable documents that demonstrate equality and satisfaction for each of the salient characteristics listed. Items must meet the following salient characteristics: Essential/significant physical, functional, or performance characteristics: 1. Heavy duty full-electric bed frame for bariatric individuals and capable of supporting patients who weigh up to 600 lb. 2. Heavy duty frame design to ensure added strength for patient support and comfortable positioning. 3. Emergency function designed to lower any raised section of the bed. 4. Bariatric Foam Mattress measuring 80 length and 42 width. Meets the voluntary FDA Guidelines for bed rail entrapment. Constructed of latex free materials. 5.Overbed Table- light, upward touch on handle allowing tables to elevate freely and securely. Durable, welded steel base for a longer use. 6. Full body, Solid Fabric Sling, Medium- Able to use with amputee patients in a reclined position. 7. Solace prevention mattress, 84 L x 36 W x 6 H, Product Weight Capacity: 300 lb. Able to help with providing uniform weight distribution for pressure ulcer prevention. Compatibility: Invacare equipment. Industry Standard: Meets the required industry standard. UL962, CSA Certified Bed dimensions: 88 (L) x 14 -22 (H) x 42 (W) Sleep Surface: 80 (L) x 42 (W) Product Weight Capacity : 700 lb. Patient Weight Capacity: 600 lb. Warranty: 5 Years Welds/Frame/Structure, 1 Year Mechanical/Electrical Mattress dimensions: 80 L x 42 W x 6.5 D Overbed Table dimensions: Table Top Dimensions 30 L x 15 W x .75 D, Base dimensions: 26 L x 15.5 W, Weight Capacity: 25 lb. Full body Sling: overall length: 54.7 , overall width: 41.5 , weight capacity: 450 lb.

Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609Location

Place Of Performance : Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609

Country : United States

Classification

339 -- Miscellaneous Manufacturing/339112 -- Surgical and Medical Instrument Manufacturing
naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 65MEDICAL/DENTAL/VETERINARY EQPT/SUPP