DOCUMENT
65 -- Exam Tables - Attachment
- Notice Date
- 6/22/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;Service Area Office (SAO) Central;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25017Q0464
- Response Due
- 6/27/2017
- Archive Date
- 7/27/2017
- Point of Contact
- Stacy L Massey
- E-Mail Address
-
8-6511x3135<br
- 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 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 VA250-17-Q-0464 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-94 & 2005-95. The associated NAICS code is 339112, Surgical and Medical Instrument Manufacturing; Small Business Size Standard is 1,000 employees. This is a 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Requirements: Description Part # Qty Price Midmark 630 HUMANFORM Power Procedures Table, programmable w/rotation (base only) 630-022 15 Upholstery Top - 32" wide Premium 002-1648-250 15 Anesthesia / Vision Block Screen 9A78001-250 1 Gynecology Debris Tray Accessory 9A555001 1 Articulating Armboard 9A81001-250 1 Accessory Rails, 32" wide upholstery, field installed 9A557002 2 Salient Characteristics: Power height, power backrest, power trendelenburg tilt, power footrest 650 lb. lifting capacity Patient Transfer Position (PTP): must have FLAT-back position at 21.5" for true safe patient handling and wheelchair transfer; 72" long x 32" wide transfer area 4 programmable memory positions Chair position or flat table position at any height 72" - 76" long x 32" wide patient surface Interchangeable headrest system (no tools needed) Adjustable, removable 12" wide oval headrest Paper roll holder Quick-Chair /Auto-return button Multi-position hideaway stirrups Stainless steel treatment pan Seamless upholstery for cleaning/infection control Removable upholstery top system for cleaning and easy replacement Steel-on-steel construction on all weight-bearing points for durability Hand and foot control standard Seamless/sealed foot control for cleaning/infection Accessory rails standard NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) The Contractor shall deliver the following items, FOB Destination. Delivery shall be completed within sixty (60) calendar days ARO, to the following address: Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH 44106-1702 The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Provisions 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation 2015-02)(Feb 2015), 52.209-5 Representation by Corporations Regarding an Unpiad Tax Liability or Felony Conviction Under Any Federal Law (Deviation)(March 2012), 52.211-6 Brand Name or Equal, 52.216-1 Type of Contract apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.247-34 F.O.B. Destination, 52.246-2 Inspection of Supplies--Fixed-Price apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.222-50, 52.222-55, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70 Commercial Advertising, 852.211-73 Brand name or equal, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION), 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (June 2011), 852.211-73 Brand name or equal (Fill-in: All CLINS), 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee (Fill-in: 90 days), 852.246-71 Inspection. Provisions 852.233-70 Protest Content/Alternative Dispute Resolution and 852-233-71 Alternate Protest Procedure apply to this acquisition. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. In accordance with provision 52.233-2 Service of Protest, Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Department of Veterans Affairs NCO 10 Contracting ATTN: Jason E Lawson 3140 Governors Place Blvd., Suite 100 Kettering, OH 45409 A copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. EVALUATION CRITERIA/ SUBMISSION OF OFFER Evaluation Process: Any award resulting award from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Lowest Price Technically Acceptable to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes shall be sent by e-mail only to: stacy.massey@va.gov no later than 12:00 pm ET, June 27, 2017. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to: stacy.massey@va.gov no later than 12:00 pm ET, June 26, 2017. Questions received after the specified date and time will not be considered. *NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017Q0464/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-0464 VA250-17-Q-0464.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3604766&FileName=VA250-17-Q-0464-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3604766&FileName=VA250-17-Q-0464-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0464 VA250-17-Q-0464.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3604766&FileName=VA250-17-Q-0464-000.docx)
- Place of Performance
- Address: Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
- Zip Code: 44106-1702
- Zip Code: 44106-1702
- Record
- SN04555008-W 20170624/170622235536-362c32f6b2b29da1d038eda10fd75fe4 (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 |