Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
DOCUMENT

54 -- VA256-14-Q-1065 - Portable Triage Station - NEMRT (Biloxi) - Attachment

Notice Date
6/18/2014
 
Notice Type
Attachment
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;ALEXANDRIA VA HEALTH CARE SYSTEM;P&C DEPARTMENT (90C);PO BOX 69004;ALEXANDRIA LA 71360-9004
 
ZIP Code
71360-9004
 
Solicitation Number
VA25614Q1065
 
Response Due
6/26/2014
 
Archive Date
7/26/2014
 
Point of Contact
Renata Ott
 
E-Mail Address
Gov't
(Renata.Ott@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 13 prepared with the format in Subpart 12.6, as supplemented with additional information included in this notice. The acquisition strategy will be full and open competition to best meet the needs of the Government. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number #VA256-14-Q-1065 is issued as a Request for Quotation (RFQ) for Nursing work stations/Inflatable shelter system with the capability to establish a medical triage surge for patients. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) This requirement is 100% set-aside for Small Business; NAICS code #314910 and small business size standard is 500 employees. (v) Functional/Performance/Specifications for Nursing work stations/Inflatable shelter system with the capability to establish a medical triage surge for patients. 1. Rapid Deployable Inflatable Shelters: One (1) Disaster Medical Technologies (DMT)/RDI 3 or equal: (aprox 172 sq.ft floor space) with aprox 120 cu.ft. Air requirement at 2, 9 psi; 3 arches One (1) Disaster Medical Technologies (DMT)/RDI 4 or equal: (aprox 258 sq.ft floor space) with aprox 168 cu.ft. Air requirement at 2, 9 psi; 4 arches Minimum technical specifications: Minimal assembly to make operational within 5 minutes and requires not more than a 24 foot trailer of storage. - Protective groundsheet, - connection module between tents, - modular airframe with double inflation valves, - over-pressure valves and deflation valves, - doors with triple zippers and water barrier, - pre-fitted docking sleeves around door, - removable floor of heavy-duty and non-slip PVC coated polyester, - windows with 3-way system with both mesh and clear PVC front, - A minimum of 2 - 3 duct openings for HVAC system to provide air/heat - Pre-fitted guy ropes; transport bag, complete with pegs, hammer, repair kit and user manual. 2. Workstations Two (2) Disaster Medical Technologies (DMT)/Gedunk or equal: Must have: Mobile canteen type station that contains a Refrigerator, Microwave, coffee Pot storage and min two (2) tables that attach to the station. Two (2) Disaster Medical Technologies (DMT)/24" Workstation or equal: With 3 tilt bins; min height 42"; must be convertible as desks to support an immunization unit, feeding table, supplies, and medical records, and as an additional bed for short term use. The convertible work station must transform without any additional parts required. Four (4) Disaster Medical Technologies (DMT)/Mobidesk or equal: The rugged mobile desk for the collection of information and operations management. (vi) N/A (vii) Date(s) and place(s) of delivery and acceptance and FOB point. FOB Destination delivery shall occur within 45 business days after award to the following destination address: Veterans Affairs Medical Center WAREHOUSE 400 VETERANS AVENUE, BLDG 26 Biloxi, LA 39531 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addenda to the provision. a. The Offeror's quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. b. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions. c. All firms must be registered in SAM at https://wawf.eb.mil at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. d. All items in this solicitation are identified as "brand name or equal," the quoted "or equal" item must reflect 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 below (See FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999). 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. SUBSTITUTIONS FOR SPECIFIC BRAND NAMES: When specific equipment is cited using the brand name, model number, etc., a comparable or equal product may be provided in lieu of cited equipment in accordance with the Brand Name clause provided in Schedule B of the Solicitation. Any substitutions need to be approved by the Contracting Officer or his/her designee. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition and stated below. FAR Clause 52.203-6 FAR Clause 52.204-10 FAR Clause 52.209-6 FAR Clause 52.219-4 FAR Clause 52.219-6 FAR Clause 52.219-28 FAR Clause 52.222-3 FAR Clause 52.222-19 FAR Clause 52.222-21 FAR Clause 52.222-26 FAR Clause 52.222-35 FAR Clause 52.222-36 FAR Clause 52.222-37 FAR Clause 52.222-40 FAR Clause 52.223-18 FAR Clause 52.225-13 FAR Clause 52.232-34 52.211-6 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. 52.232-35 -- Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999) (a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information, in lieu of the payment office of this contract. (b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c). (c) Designated Office: Name: Department of Veterans Affairs Mailing Address: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714-9971 Telephone Number: 877-353-9791 Person to Contact: N/A Electronic Address: https://www.vis.fsc.va.gov Other Applicable VAAR clauses: This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments and VAAR 852.203.70 COMMERCIAL ADVERTISING (JAN 2008) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (xv) Quotes are to be received no later than 16:00 pm MST, 26 June 2014 at email address: renata.ott@va.gov, subject "Quote: FA2517-14-Q-1065 [VENDOR NAME]"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC502/AlVAMC502/VA25614Q1065/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-Q-1065 VA256-14-Q-1065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1438468&FileName=VA256-14-Q-1065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1438468&FileName=VA256-14-Q-1065-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03398771-W 20140620/140619021758-2f73149660a5a1ab4288e22caf8515dc (fbodaily.com)
 
Source
FedBizOpps 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.