6530--Patient Saftey Chairs for the Marion VA Medical Center

expired opportunity(Expired)
From: Federal Government(Federal)
36C25520Q0794

Basic Details

started - 24 Sep, 2020 (about 3 years ago)

Start Date

24 Sep, 2020 (about 3 years ago)
due - 29 Sep, 2020 (about 3 years ago)

Due Date

29 Sep, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C25520Q0794

Identifier

36C25520Q0794
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)255-NETWORK CONTRACT OFFICE 15 (36C255) (3720)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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.

Attachment 1: Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 (http://www.acquisition.gov/far/index.html,
href="http://www.va.gov/oal/library/vaar/)" target="_blank">http://www.va.gov/oal/library/vaar/) This solicitation is a total 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 750 employees. The FSC/PSC is 6530. The Marion VAMC at 2401 West Main Street., Marion, IL 62959-1188 is seeking to purchase six (6) Prime TC Transport Chairs that meet all technical specifications and requirements listed in the Scope of Work (SOW). All interested companies shall provide quotations for the following: Supplies Cost/Price Schedule Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Prime TC Swing-Away Model Prime TC Swing Away Flip-Up Footrests Molded Plastic Seat SEAT BACK PLAQUE LABEL RED 6 EA 0002 IV POLE IV POLE TOPPER, RED 6 EA 0003 O2 HOLDER 6 EA 0004 Leg Supports GROUND CHAIN OPTION 6 EA 0005 Prime TC Domestic Ops Manual 6 EA 0006 Contract 3 Years Parts, 1 Year Labor & Travel 6 EA 0007 Unboxed Packaging 6 EA Supplies Scope of Work Description of Use: To be used in the Marion, IL VAMC CLC This solicitation uses lowest price technically acceptable of the product which meets the specifications and requirements below for the purchase of six (6) seated patient transport chairs with an ergonomic design listed below. Minimum Technical Specifications: Vendor must meet or exceed all requirements as specified below. The chairs must be non-foldable to prevent theft. The chairs must have anti-tip wheels or similar features for patient safety. The chairs must be able to be stacked and nested together to minimize storage requirements, a similar concept to shopping carts. The chair must be able to withstand power washing and not have seams for infection control purposes. The chair must be able to accommodate a load of at least 500 pounds. The moveable parts, such as arm rests and footrests must be able to swing out of the way to accommodate transferring the patient safely, but not be able to be removed from the chair, to prevent loss of the part. The braking mechanism should not require continual compression by the caregiver/transporter to operate; instead it should be engaged or disengaged with one touch either by the hand or foot. Ingress and Egress should be from the front of the chair, adding to patient safety as this is intuitive to patients/families Technical Specifications: Overall length = 40.2 inch +/- 1% Overall width = 28.3 inch +/- 1% Height range = 45 inch-73 inch +/- 1% Weight capacity = 510 pounds +/- 1% Required Technical Specifications: Transport chairs shall be highly maneuverable with swivel casters having a diameter of 5-6 inches, allowing for ease in pushing, pulling, and maneuvering around objects. Transport chairs shall be easily stored without folding, stacked into each other also known as nestling. Thereby reducing the storage space required in clinical areas and offices where multiple chairs will be stored. An example is: three chairs should be able to be stored in an area 72 inches (6 feet) in length by 28 inches in width. Transport chairs shall be constructed in a manner to accommodate a maximum load of 500 US pounds. Seat width shall be at least 21.5 inches. Seat height should be approximately 21 inches from the floor and 15 inches from the flip-up footrest. Chair height with IV Pole should be approximately 72-74 inches. Push handles should be approximately 35 inches to 45 inches from the floor and be approximately 16 inches to 21 inches apart. Transport chair brakes shall be easily accessible by medical staff without having to bend to prevent work related injuries. IV poles, upright oxygen tank holders, and Foley bag hooks shall be included in the vendor s quotes. Product information Product Manual: https://techweb.stryker.com/Stretcher/1450/1605/Operations/1460-109-001A.pdf Maintenance Manual: https://techweb.stryker.com/Stretcher/1450/1605/Maintenace/1460-009-002A.pdf Delivery shall be provided no later than 30 days after receipt of order (ARO). Place of Delivery Address: Marion VA Medical Center 2401 West Main Street Marion, IL Postal Code: 62959-1188 Country: UNITED STATES The full text of FAR and VARR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html, http://www.va.gov/oal/library/vaar/. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (MAR 2020) 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [insert date of clause] ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMSN - Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 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: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: (1). In addition to the information requested in Paragraph (d) entitled Submission of Offers , offerors shall include the following with their offers in order to be considered for award: a. Offerors are required to complete Blocks 17 and 30 of the SF 1449, desired parts of the Schedule of Supplies or Services and Prices/Costs in the manner requested, and FAR 52.212-3, Offeror Representations and Certifications Commercial Items. In doing so, the offeror accedes to the contract terms and conditions as written in the RFQ. Only Paragraph (k) of 52.212-3 applies if the offeror has completed online representations and certifications at the SAM website: http://sam.gov. b. Telegraphic offers (submitted by telegram or mailgram) will not be accepted. c. Facsimile offers will not be accepted. d. Electronic Submission of Offers: Offerors must submit an electronic version of the technical and past performance (technical) and price/cost (Price) proposals via email to Aubrey.Visocsky@va.gov The email must have the solicitation number identified in the subject line. Files must be readable using Microsoft Office 2007, Work, Excel, PowerPoint, Adobe Acrobat or Access. Scanner resolutions must be set at least 200 dots per inch (dpi) when submitting files in Adobe PDF. Ensure that attachments are not too large to be emailed. When splitting up the attachment, be sure to identify the solicitation on the email subject line, i.e. 36C25520Q0794/ABC Company/1 of 4. Note: Zip files are not acceptable. It is incumbent upon the offeror to ensure that their offer is received by the due date and time when submitting electronically. (2). Tailoring of Paragraph (c) of 52.212-1, Period for Acceptance of Offers: Note that paragraph (c) of 52.212-1 above is being tailored from its normal 30-day period for acceptance of offers. The Offeror in this procurement is agreeing to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, not 30. (3). TECHNICAL QUESTIONS: Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing. Questions may be sent via e-mail to Aubrey.Visocsky@va.gov. Subject shall be identified as Sol. 36C25520Q0794. Verbal questions will not be addressed. All responses to questions, which may affect offers, will be incorporated via an amendment to the solicitation. Questions must be received no later than one (1) day(s) prior to the Offeror Due Date indicated in Block 8 of the SF 1449. Submission of your response shall be received not later than 11:59PM CST September 29, 2020 via e-mail only at Aubrey.Visocsky@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Marion ,
 IL  62959  USALocation

Place Of Performance :

Country : United StatesState : IllinoisCity : Marion

You may also like

TEMPERATURE CONTROL SERVICES AT EDWARD HINES JR. VA MEDICAL CENTER

Due: 30 Sep, 2027 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MUNICIPAL TRASH REMOVAL FOR THE BUFFALO, NY VA MEDICAL CENTER

Due: 30 Apr, 2024 (Tomorrow)Agency: VETERANS AFFAIRS, DEPARTMENT OF

J065--Omnicell Service & Support - Wilkes Barre VA Medical Center

Due: 30 Apr, 2024 (Tomorrow)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 6530Hospital Furniture, Equipment, Utensils, and Supplies