DOCUMENT
65 -- Prime Big Wheel Stretcher - Attachment
- Notice Date
- 2/24/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617Q0565
- Response Due
- 2/28/2017
- Archive Date
- 3/30/2017
- Point of Contact
- audrey.wooten@va.gov
- E-Mail Address
-
audrey.wooten@va.gov
(audrey.wooten@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is VA2246-16-Q-0536. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System Code (NAICS) for this procurement is 339112 with a small business standard of 1000 employees. This solicitation has been set-aside for service-disabled veteran-owned small businesses. SYNOPSIS The Department of Veterans Affairs, VISN 6 Network Contracting Office, on the behalf of the Salisbury VA Medical Center has a need for Prime Electric Big Wheel Stretcher. This is a Brand Name Only, Firm Fix price requirement. Stryker USA is the exclusive U.S. distributor for the Prime Electric Big Wheel Stretcher and offerors to this solicitation must be an authorized Stryker distributor. This procurement is for new equipment only; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Price Schedule ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Qty 2 - Prime Electric Big Wheel LOCAL STOCK NUMBER: 1115000000E 2.00 EA __________________ __________________ 0002 Qty 2 - Scale System LOCAL STOCK NUMBER: 1070010100 2.00 EA __________________ __________________ 0003 Qty 2 - Electric Lift Base LOCAL STOCK NUMBER: 1008001110 2.00 EA __________________ __________________ 0004 Qty 2 - 5"X30" Pioneer Mattress LOCAL STOCK NUMBER: 0850030000 2.00 EA __________________ __________________ 0005 2 Stage IV Pole Head Right LOCAL STOCK NUMBER: 1105035341 2.00 EA __________________ __________________ 0006 4 sided brake/steer control LOCAL STOCK NUMBER: 1115003004 2.00 EA __________________ __________________ 0007 Domestic - Retractable Cord LOCAL STOCK NUMBER: 1008146050 2.00 EA __________________ __________________ 0008 Foot and Nursing Controls LOCAL STOCK NUMBER: 1008015020 2.00 EA __________________ __________________ 0009 Pop-up Push Handles (head end) LOCAL STOCK NUMBER: 1105048030 2.00 EA __________________ __________________ 0010 Integrated Pump Rack LOCAL STOCK NUMBER: 1105045035 2.00 EA __________________ __________________ 0011 2 Sided Hydraulic Controls LOCAL STOCK NUMBER: 1115005610 2.00 EA __________________ __________________ 0012 Dual End Siderail Release LOCAL STOCK NUMBER: 1105011160 2.00 EA __________________ __________________ GRAND TOTAL __________________ The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Clauses: 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.225-1 Buy American Supplies (May 2014) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) FAR Provisions: 52.204-7 System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 1. Offeror shall provide an itemized list of the items Offeror shall provide a quote addressing CLINS (0001-0012) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Certifications and & Representations (NOV 2013) 52.225.25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN REPRESENTATION AND CERTIFICATIONS VAAR Provisions: 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) 852-215-70 Service-Disabled Veterans-Owned and Veteran-Owned small business evaluation factors (JUL 2016) Deviation) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74 Award without Exchanges (JAN 2003) BASIS FOR AWARD 852.273-72 ALTERNATIVE EVALUATION (JAN 2003) The Government will award a contract resulting from this solicitation to the responsible offeror submitting the lowest priced offer that conforms to the solicitation. Offerors may revise offers anytime during the specified period. At the end of the specified time period for receipt of offers, the responsible offeror submitting the lowest priced offer will be in line for award. IAW VAAR 812.302 Tailoring of Provisions and Clauses for the Acquisition of Commercial items, this contract will be awarded using a Lowest Price Technically Acceptable (LPTA) approach. Technical ability will be evaluated as Acceptable/Unacceptable, Pass/Fail, or Go/No-Go. Tradeoffs are not permitted. Quotations shall include the RFQ number, the proposed unit prices, the proposed extended prices, any prompt payment discount terms, any shipping charges, company name, and point of contact, address, phone number, tax identification number, and DUNS number. The Government shall consider quotes received by 1:00 PM Eastern Standard Time, 2/28/2017. Quotes are to be e-mailed to Audrey.wooten@va.gov JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD ($3.5K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. ACQUISITION PLAN ACTION ID: 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: BRAND NAME ONLY: This requirement is for Salisbury NC for the Stryker Prime Big Wheel Stretchers for the need of direct patient care which allows the patient to adjust their comfort without having to call on caregiver assistance. This equipment enhances patient care comfort and reduces the physical strain for staff. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The Salisbury VAMC has requested Brand Name only for these stretchers to maintain standardization throughout the clinic, in the best interests of patient safety and handling. This also incorporates the same type of training across the board. At this time it would not be cost effective for the government to change out equipment. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: This is a Brand Name only procurement for standardization. Currently all stretchers at the Salisbury VAMC and Kernersville HCC are Stryker Big Wheel brand and model, it is in the best interests of patient safety and handling to maintain standardization of the equipment. Market research has shown there are several SDVOSB vendors able to provide items regarding this requirement. Purchase will be open market set aside for SDVOSB
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0565/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-0565 VA246-17-Q-0565_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299286&FileName=VA246-17-Q-0565-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299286&FileName=VA246-17-Q-0565-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-Q-0565 VA246-17-Q-0565_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299286&FileName=VA246-17-Q-0565-000.docx)
- Record
- SN04413646-W 20170226/170224234109-c34a5ed4210fe435d12f846b1e9dfee7 (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 |