Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2005 FBO #1257
SOLICITATION NOTICE

65--65 -- Service Conected Disabled Veteran Owned Small Business Set-aside for Reusable Patient Underpads

Notice Date
5/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
797-NC-05-0032
 
Response Due
5/27/2005
 
Archive Date
6/26/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number RFP-797-NC-05-0032 is issued as a Request for Proposal (RFP) using Set-aside procedures for service-disabled veteran-owned small business. The contract awarded from this solicitation shall be single award indefinite-delivery, requirements contract. This contract is also defined as ?delivery order contract? since individual VA facilities may issue a delivery order for their specific requirements when ordering against the contract. Individual delivery orders shall contain specific information such as item description, quantity required, unit pricing as established by the contract, contract number, delivery order number, delivery information, accounting and appropriation data and any special packing, shipping and other pertinent information. All delivery orders shall be within the terms, conditions and scope of the contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03, Effective 11 Apr 2005. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This procurement is a 100% set-aside for SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS CONCERN. The North American Industry Classification System code is 322291 with a small business size standard of 500 personnel. Service-disabled Veteran-owned small business concerns are warned that if they are not the manufacturer, they must furnish in the performance of this contract the product of a small business manufacturer. The end product must be manufactured in the United States or its outlying area. The solicitation includes the following line items: 0001: Reusable Patient Underpad, in accordance with the specifications stated in this solicitation. Base Contract Period will be for one year, beginning with the date of award. 0002: Reusable Patient Underpad, Option Year 1. 0003: Reusable Patient Underpad, Option Year 2. 0004: Reusable Patient Underpad, Option Year 3. 0005: Reusable Patient Underpad, Option Year 4. The Government?s estimated annual usage is 24,785 each. Offerors must submit a price for the base year and all option periods to receive consideration of their offer. Offeror shall propose a unit of issue price per each Underpad. Deliveries under the resulting contract will be made through VA?s Prime Vendor Program, as well as to any medical center within the 50 States, DC, and Puerto Rico, and upon issuance of a delivery order. Deliveries to medical centers shall be FOB Destination. Delivery shall be in accordance with the following time frames: Regular delivery shall be made within seven (7) days after receipt of a delivery order, expedited delivery within 3 days, and emergency delivery within 24 hours. The Government agrees to pay the difference between normal and expedited freight for expedited and emergency delivery. Any additional delivery requirements shall be specified on the individual VAMC?s delivery order. All delivery shall be FOB Destination. Acceptance will take place at the delivery point. POINTS OF CONTACT INFORMATION: If you have any questions regarding this Request For Proposal (RFP), contact Tim Scanlan (708)-786-5241, or Timothy.Scanlan@med.va.gov The contractor must be registered in the Central Contractor Registration (CCR) database. Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant Delivery Order. 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: http://farsite.hill.af.mil/vffara.htm The provisions at FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2005), applies to this acquisition and the following clauses and provisions are applicable to this acquisition and are incorporated by reference as addenda to this clause: 52.233-2 Service of Protest, 852.233.70 Protest Content, 852.233-71 Alternate Protest Procedures, 52.214-34 Submission of Offers in the English Language and 52.214-35 Submission of Offers in U.S. Currency. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 52.212-2 Evaluation-Commercial Items (JAN 1999) EVALUATION OF PROPOSALS AND METHOD OF AWARD(S) Failure of the product literature or product samples to show that the offered items conform to the required specifications will require rejection of the offer. If any single specification does not meet the required specification, the product will be ineligible for award. VA requires strict compliance with these specifications and will not consider any deviation to be immaterial or minor, nor will VA discuss any failure to meet a specification, nor will any revision to the product submitted be allowed. (a) The Government will award a maximum of one contract resulting from this solicitation to the responsible offeror who offer conforms to all technical specifications and is evaluated as the lowest price. The following shall be used to evaluate offers: (i) Technical Acceptability of the item offered upon review of product literature, and physical inspection of the items to determine that the specifications shown in this solicitation are acceptable (Shown below the schedule of supplies); (ii) Price; (iii) Past Performance (b) Price Evaluation. Only one award will be made. Offers will be evaluated for award purposes by adding the total price (i.e. price multiplied by the estimated quanity) for the base year contract period to the total price for all option years. (c) Past Performance shall be considered to evaluate prior business performance. (d) Options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) 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 offer?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. Offers from distributors/dealers (i.e. non-manufacturers) that do not submit a letter of commitment, or other evidence of uninterrupted source of supply to satisfy Government?s requirement may be rejected. The letter must be from the manufacturer on company letterhead. Offerors responding to this requirement, must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Mar 2005) (may be completed on http://orca.bpn.gov ), Clauses and provisions may be accessed via the internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition and the following clauses are applicable to this acquisition and are incorporated by reference as addenda to this clause: 52.216-18 Ordering (Oct 1995), any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of award through the end date of the contract. 52.216-21 Requirements (Oct 1995); ?provided that the Contractor shall not be required to make any deliveries under this contract after 30 days of contract?s expiration date. 52.217-9 Option to Extend the Term of the Contract (Mar 2000), The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.232.17 Interest (Jun 1996), 852.270-4 Commercial Advertising (Nov 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Apr 2005), applies to this acquisition and the additional FAR clauses cited in this clause are applicable to this acquisition as follows: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004), 52.222-3, Convict Labor (Jan 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUNE 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jan 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.225-1, Buy American Act ? Supplies (June 2003) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by EFT- Other than CCR (May 1999), 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332), 52.233-2, Service of Protest (Aug. 1996) Serve Contracting Officer at NAC, PO Box 76, Hines, Il 60141. REQUEST ALL PROPOSALS REACH THIS OFFICE NLT MAY 27, 2005, 4:30PM CENTRAL TIME, and must respond to the information contained herein. Offerors shall submit their signed offers to Regular U. S. Mail Address Department of Veterans Affairs National Acquisition Center (049A1N3MS) P.O. Box 76-Bldg. 37 Hines, IL 60141 or Express Mail Address Department of Veterans Affairs National Acquisition Center (049A1N3MS) 1st Avenue, 1 Block North of 22nd Hines, IL 60141 ATTN: Tim Scanlan, Contract Specialist Product samples shall be submitted and returned at no expense to the Government, except for the successful offeror?s product samples will not be returned and will become the property of the Government. Unsuccessful offerors are expected to arrange to have their product samples returned within one week of notification by the Contracting Officer that the samples are no longer needed. Samples that have not been returned within 30 days of this notification will become the property of the Government. Reusable Patient Underpads Samples must be delivered at the dock. Send sample to: Department of Veterans Affairs, Centralized Acquisition Analysis Division (049A5S), Attn: Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, Il 60141, Dock # 14. Samples will only be accepted between the hours of 7:00 a.m. to 2:00 p.m., Central Standard Time (CST), Monday through Friday only. For additional information regarding contract issues, please contact Tim Scanlan (708) 786-5241. For delivery of samples only, contact Carl Hunter at (708) 786-5241. Quotations must meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number in the Proposal. PLEASE PROVIDE SIX (6) SAMPLES OF EACH TYPE OF UNDERPAD OFFERED THAT MEETS THE FOLLOWING CRITERIA. IF MORE THAN ONE OFFER IS SUBMITTED PROVIDE SIX (6) SAMPLES FOR EACH SUBMITTED OFFER. SPECIFICATIONS FOLLOW: Note: Laundering/drying instructions shall be submitted with all samples. 1. Underpad must be within the range of 30?x35? to 33?x36? in size (Literature review and physical inspection) 2. Under pad must be leak proof and absorbent. Pad shall hold/contain a minimum of 800cc of fluid discharged in its center without channeling the fluid off the sides of the pad. (Physical Inspection; simulated use) 3. Under pad must be latex free. (Literature review and physical inspection) 4. Pad shall have a permanent tag which identifies fabric makeup and date of manufacture. (Physical inspection) 5. Seams must be free from puckering, bulk and finished to prevent raveling. (Physical inspection) 6. Pad must be constructed as to prevent ?bunching or wrinkling? and layer separation. (Literature review and physical inspection) 7. Under pad shall be made of materials which can withstand laundering/drying processes up to 180 degrees f. without ?Blocking? or losing its clinical efficiency. (Literature review and physical inspection) 8. All layers of pad shall have a minimum life cycle of 300 launderings. (Literature review) 9. Under pad shall be constructed using the three layer design,(surface-soaker-barrier) (Literature review and physical Inspection) 10. Surface layer must offer quick wicking and stay dry feature of 20 minutes or more. (Literature review and simulated use) 11. Surface layer material and construction designed to prevent pressure points whereas to minimize irritation and Breakdown of skin tissue of patient. (Literature review and Physical Inspection; simulated use) 12. Surface layer to be white and stain resistant. (Literature review and physical inspection) 13. Soaker layer material shall be constructed of polyester (range 65-75%) and rayon (range 25-35%). (Literature review) 14. Soaker layer shall have a weight range of 8-10 oz. (Literature review) 15. Under pad is sized and constructed to withstand the rigors of a patient positioning device. (Literature review and Physical Inspection; simulated use) 16. Vendor must provide in-service training to all clinical and textile care staff at the Medical Facility, if Requested by Medical Facility (literature review) See Numbered Note 29
 
Web Link
RFP 797-NC-05-0032
(http://www.bos.oamm.va.gov/solicitation?number=797-NC-05-0032)
 
Place of Performance
Address: Veterans Affairs, National Acquisition Center, P.O. Box 76 Hines, Illinois
Zip Code: 60141
Country: United States
 
Record
SN00800685-W 20050506/050504211851 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.