DOCUMENT
65 -- Prime Zoom Stretchers 30'inch - 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
- VA24617Q0536
- 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 Durham VA Medical Center has a need for 30 Prime Zoom Stryker stretcher. This is a Brand Name Only, Firm Fix price requirement. Stryker is the exclusive U.S. distributor for the Prime Zoom 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 Prime Zoom Stretcher 30 inch Litter 1125000030 LOCAL STOCK NUMBER: 1125000030 12.00 EA __________________ __________________ 0002 Common components Zoom 30 inch LOCAL STOCK NUMBER: 1125016003 12.00 EA __________________ __________________ 0003 Assembly, Base Bumpers, Dark Lilac LOCAL STOCK NUMBER: 1105003556 12.00 EA __________________ __________________ 0004 PACU, label set LOCAL STOCK NUMBER: 1105023007 12.00 EA __________________ __________________ 0005 Label, specification w/o scale LOCAL STOCK NUMBER: 125101001 12.00 EA __________________ __________________ 0006 Assembly, cord reel LOCAL STOCK NUMBER: 1028146050 12.00 EA __________________ __________________ 0007 Option, no scales LOCAL STOCK NUMBER: 1070010000 12.00 EA __________________ __________________ 0008 30 inch Jack support LOCAL STOCK NUMBER: 1125010360 12.00 EA __________________ __________________ 0009 30 inch drop seat w/gatch white LOCAL STOCK NUMBER: 1105010302 12.00 EA __________________ __________________ 0010 Dual latch assembly, white LOCAL STOCK NUMBER: 1105011160 12.00 EA __________________ __________________ 0011 30 inch slider board assembly, white LOCAL STOCK NUMBER: 1105045310 12.00 EA __________________ __________________ 0012 30 inch pump bar option LOCAL STOCK NUMBER: 1105045035 12.00 EA __________________ __________________ 0013 Zoom IV Pole Hepr 2 Stage 30 inch LOCAL STOCK NUMBER: 1125035341 12.00 EA __________________ __________________ 0014 No Perm IV poles foot end LOCAL STOCK NUMBER: 1105035250 12.00 EA __________________ __________________ 0015 Cover 30 inch top FE labels No IV LOCAL STOCK NUMBER: 1105210360 12.00 EA __________________ __________________ 0016 Assembly 30 inch Zoom Cover w/ IV RH LOCAL STOCK NUMBER: 1125010140 12.00 EA __________________ __________________ 0017 Pioneer Mattress 30 inch LOCAL STOCK NUMBER: 0850030000 12.00 EA __________________ __________________ 0018 Labels, Zoom English LOCAL STOCK NUMBER: 1125010501 12.00 EA __________________ __________________ 0019 Unboxed LOCAL STOCK NUMBER: 9000900900 12.00 EA __________________ __________________ 0020 2 year/ P-L-T LOCAL STOCK NUMBER: 7777770201 12.00 EA __________________ __________________ 0021 No 3-sided hydraulics LOCAL STOCK NUMBER: 0753105410 12.00 EA __________________ __________________ GRAND TOTAL __________________ Salient Characteristics OR/PACU Stretchers for Durham VA Functions to be performed; Stretchers to transport surgical patients from Pre-Operative Holding Unit to Operating Rooms and return. Performance required; or Motorized drive stretcher (reducing strenuous pushing, pulling and steering which can result in back injuries to OR Staff) Motorized drive stretcher equipped with recovery chair positioning (eliminates need for unnecessary patient transfers by providing a comfortable position for patients to recover) Equipped with 6 wheels ( new technology in OR stretchers that eliminates any sliding across the floor when turning or cornering) Have zero-gap side rails (zero-gap siderails operate with one fluid motion that provides for optimal patient safety/security when raised and zero transfer gap when lowered) Equipped with a pressure redistribution surface/mattress (air bladders reinforced with dual density foam support) to prevent patient pressure ulcers Weight capacity of 700 pounds Minimum warranty of 1 year parts and labor Must be medical grade 30 inches in width to accommodate larger patients High volume of OR cases at Durham VA; 9 ORs/average of 24 cases per day/460+ cases per month/5,600 cases annually. Extreme wear/tear on each OR/PACU stretcher. (C) Essential physical characteristics; Dimensions (if applicable) Motorized drive stretcher (reducing strenuous pushing, pulling and steering which can result in back injuries to OR Staff) Motorized drive stretcher equipped with recovery chair positioning (eliminates need for unnecessary patient transfers by providing a comfortable position for patients to recover) Equipped with 6 wheels ( new technology in OR stretchers that eliminates any sliding across the floor when turning or cornering) Have zero-gap side rails (zero-gap siderails operate with one fluid motion that provides for optimal patient safety/security when raised and zero transfer gap when lowered) Equipped with a pressure redistribution surface/mattress (air bladders reinforced with dual density foam support) to prevent patient pressure ulcers Weight capacity of 700 pounds Minimum warranty of 1 year parts and labor 30 inches in width to accommodate larger patients DELIVERY SCHEDULE DURHAM VAMC FOR OR DEPARTMENT 508- FULTON STREET DURHAM NC 27705 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) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 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) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (MAR 2012) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 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) 52.252-2 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) 52.216-1 Type of Contract (APR 1984) 1. Offeror shall provide an itemized list of the items Offeror shall provide a quote addressing CLINS (0001-0021) 52.212-2 Evaluation-Commercial Items (JAN 1999) BASIS FOR AWARD The Government intends to make an award based on the initial quotations. Award will be made to that vendor with the lowest overall price in accordance with the salient characteristic in section B of solicitation. The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable. 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) 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 10:00 AM Eastern Standard Time, 2/28/2017 10AM, 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($3K) 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: 1A. PROJECT/TASK No. 1B. ESTIMATED AMOUNT: 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: BRAND NAME ONLY: The Stryker 30 inch 1125 Zoom Stretcher is used for patient transport in the patient care settings of our Durham facility. It s primarily used in the Perioperative area of the facility to transport awake and sedated patients of various sizes and shapes to and from the Operating Room. Its intended use is to augment the labor intensive work of moving patients in such a way as to keep the patients safe and to keep the staff working with the patients safe from potential harm as they ergonomically manage movement of the patient. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The Stryker 26 inch 1125 Zoom Stretcher are covered under a Blanket Purchase Agreement (BPA) but is a version that does not include all of the safe patient handling requirements that are found on the 30 inch 1125 Zoom Stretcher for direct patient care and better safety. The requested 30 Prime Zoom Stretcher are currently being used currently at the Durham VA Medical Center. The 30" 1125 Zoom Stretcher has a motorized drive that virtually eliminates manual pushing. It has an exclusive Big Wheel technology found only on the Stryker 1125 Zoom Stretcher that reduces the force to turn the stretcher by 60%. The 30" 1125 Zoom Stretcher would be equipped with the following features: 30" litter deck accommodates the extra width of bariatric patients Lift-Assist Backrest utilizes the patient's weight to help raise and lower the backrest ComfortGel SE Surface helps redistribute pressure via exclusive CoreGel Technology Recovery Chair Position helps eliminate the need for unnecessary transfers by providing a comfortable position for patients to recover in Dual end side-rail release 4. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: Brand Name only: The Stryker 30 inch 1125 Zoom Stretcher uses and exclusive Big Wheel Technology found only on this particular stretcher. It reduces the force to turn the stretcher by 60% providing a very effective safe patient handling quality. It also provides a hydraulic lift-assist that prevents injury in staff as they ergonomically manage movement of the patient.. A competitive procurement is planned for this procurement. The requirement will be posted on FedBizOpps for Brand Name only as a SDVOSB set-aside. 5. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Market research was conducted which included searches on GSA eLibrary, GSA advantage, as well as Stryker website. This exhaustive search resulted in the conclusion that the Big Wheel Technology was exclusive to the Stryker brand. The equipment is currently open market as the 30 have not been added to Stryker FSS Schedule. Stryker does have several SDVOSB partners that can provide the equipment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0536/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-0536 VA246-17-Q-0536_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299017&FileName=VA246-17-Q-0536-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299017&FileName=VA246-17-Q-0536-000.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-0536 VA246-17-Q-0536_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299017&FileName=VA246-17-Q-0536-000.docx)
- Record
- SN04413745-W 20170226/170224234205-1e5d83af3a734541ec53a07a31df7861 (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 |