DOCUMENT
65 -- Activation _ IB EQ010 - Headwall Bumpers - Attachment
- Notice Date
- 3/23/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q0301
- Response Due
- 3/30/2018
- Archive Date
- 5/29/2018
- Point of Contact
- Kurt Tanny
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ): 36C25918Q0301 IB EQ010 Headwall Bumpers _ Rocky Mountain Regional VA Medical Center 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 Government reserves the right to make no award from this solicitation. The Department of Veterans Affairs, Network Contracting Office 19, is soliciting offers from Service Disabled Veteran-Owned Small Businesses (SDVOSBs) to supply the Rocky Mountain Regional VA Medical Center with new Headwall Bumpers to protect the headwalls from bed damage. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. * The deadline for all questions is 2:00pm EST, Tuesday, March 27th, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to kurt.tanny@va.gov no later than 4:00pm EST, Friday, March 30th, 2018. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q0301. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for Service Disabled Veteran-Owned Small Businesses. List of Line Items; Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed in the mattress therapy equipment listed below; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 JSN: A6010 Headwall Bumper w/accessories in accordance with Requirements Section 2.5 Make/Model Equivalent; Amico, Bed Bumper, Item No. W-BED-BUMP-X 118.00 EA _____________ _____________ 0002 Delivery and Installation in accordance with Requirements Section 2.6 1.00 JB _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); Purpose The purpose of this requirement is to deliver and install Headwall Bumpers as part of the initial outfitting of the newly constructed Rocky Mountain Regional VA Medical Center, Replacement Facility located at 1700 N. Wheeling Street, Aurora, CO 80045. Scope The Contractor shall deliver and install all items listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 ITEM specifications and Salient Characteristics 2.5.1. Bumper, Headwall (JSN A6010) Quantity: 118 Basis of Design: Amico, Inc. W-BED-BUMP-X Specifications/Salient Characteristics Dimensions (In as much as one inch): 4 W x 20 H x 2 D Accessories/Configuration Options: Constructed of vinyl Vertical bumper Each vertical bed bumper shall offer protection to the Amico Headwall system against bed impact Angled design Fire retardant Color: Monterey All necessary installation materials, including tools, fasteners and caulking The Rocky Mountain Regional VA Medical Center currently has Amico headwalls installed in the Inpatient Building North and Inpatient Building South. The headwall bumper must be compatible with the existing Manufacturer so the headwalls warranty will not be voided. DELIVERY AND INSTALLATION Coordination: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The On-Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: Immediately upon award. Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.2.6 Coordination). The Contractor will be contacted by the On-Site Point of Contact to schedule a pre-delivery meeting for purposes of verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Rocky Mountain Regional VA Medical Center, Loading Dock, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Times: The loading dock accepts deliveries between 7am and 3pm Mountain Time. The loading dock is a federal owned/operated location and will not accept deliveries on federal holidays. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and installation will be provided at the time of award: INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all posted site safety requirements. The Contractor shall confirm site safety requirements with the On-Site Point of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. If the requirements in sections 2.7.1, 2.7.2 and 2.7.3 are not adhered to the delivery will be rejected and be rescheduled at Contractors expense. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items that require simple repair, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Rocky Mountain Regional VA Medical Center, Replacement Facility located at 1700 N. Wheeling Street, Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Any award made as a result of this solicitation will be made on an All or Nothing Basis. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02); 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors- Commercial Items; 52.219-1, Small Business Programs Representations (Oct 2014); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications The following VAAR provisions are to be incorporated by reference: N/A (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. Options (if requested); The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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) All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following clauses are incorporated into 52.212-4 as an addendum: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR Clauses are to be incorporated by reference: 852.203-70, Commercial Advertising (NOV 2008); 852.211-70, Service Data Manuals, Mechanical Equipment (NOV 1984); 852.211-73, Brand Name or Equal (JAN 2008); 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.232-72 (JUL 2016) (DEVIATION), Electronic Submission of Payment Requests (NOV 2012); 852.246-71, Inspection (JAN 2008) 852.246-70, Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacturers Commercial Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items The following FAR Clauses are to be incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note); 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496); 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225 5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (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 Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to kurt.tanny@va.gov by 4:00pm EST, Friday, March 30th, 2018. Name and email of the individual to contact for information regarding the solicitation: Kurt Tanny kurt.tanny@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0301/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q0301 36C25918Q0301.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4172475&FileName=36C25918Q0301-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4172475&FileName=36C25918Q0301-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q0301 36C25918Q0301.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4172475&FileName=36C25918Q0301-000.docx)
- Record
- SN04865891-W 20180325/180323231837-47093ec8adae157bb5116736c13bb098 (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 |