Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2018 FBO #6100
DOCUMENT

71 -- Operating Rooms 1 and 2 Clean CORE Supply Storage System Sterile Shelving - Attachment

Notice Date
8/4/2018
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618U0114
 
Response Due
8/8/2018
 
Archive Date
11/6/2018
 
Point of Contact
Debra James
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
6 1 Operating Rooms 1 and 2 Clean CORE Supply Storage System Sterile Shelving Southeast Louisiana Veterans Health Care System New Orleans, LA 70119 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR 12.6) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No gray market items are allowed please submit your authorized distributor letter no pass throughs are allowed. Please submit a copy of the authorized distributor s letter from the manufacturer to verify that the vendor is an authorized distributor of the product/service they are providing. Solicitation number 36C25618U0114 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. Offers are due no later than August 8, 2018 by 12:00 p.m., Central Local Time (CST), New Orleans, LA. This solicitation is set aside 100 % for Service Disabled Veteran Owned Small Businesses. 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Small Business to provide all labor, equipment, tools, and materials needed to install new shelving units in the offices of the OR at the SLVHCS. This acquisition is Set Aside 100% Service Disabled Veteran Owned Small Business. NOTE: All documentation submittal due times are Central local time (New Orleans, Louisiana). SECTION A. SUPPLEMENTAL INFORMATION TO OFFERORS SECTION B STATEMENT OF WORK/ Price and Cost Schedule SECTION C CLAUSES/PROVISIONS SECTION E EVALUATION FACTORS SECTION A SUPPLEMENTAL INFORMATION TO OFFERORS 2. The Statement of Work within this solicitation is a non-negotiable document. Offers/quotes shall not include edits, revisions, additions, deletions, alterations, or track change comments to the Statement of Work. 3. NAICS code is 337215. The small business size standard is 500. 4. Contract Type and Period of Performance: Upon award, contract will be a Firm Fixed Price contract. The contract will consist of Contract Line Items (CLINs) for Operating Rooms 1 and 2 Clean CORE Supply Storage System Sterile Shelving to provide all labor, equipment, tools, and materials needed to install new shelving units in the offices of the OR at the SLVHCS. Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. Contractor shall install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. Please read the Statement of Work in its entirety and the price/cost schedule for the quantities. 5. Compensation for Services Rendered: Please include your pricing in the Price/Cost Schedule Section B. Quotes shall include a total Firm Fixed Price for CLIN 0001 thru CLIN 0002 per Section B.2, Price/Cost Schedule. 6. Invoicing Procedures: Offeror to submit invoices in arears after completion of all work and deliverables. Please see completed list of all items within the Price/Cost Schedule. See VAAR Clause 852.232-72, Electronic Submission of Payment Requests for invoicing procedures. 7. System for Award Management (Sam) Registration/Contractor Responsibility All Contractors are required to be actively registered in the System for Award Management (SAM). (SAM Website: www.sam.gov). Registration in SAM is a requirement to do business with the Federal Government and registration in SAM shall be maintained throughout the performance of the contract. 8. Modifications: Contracting Officers within the networking contracting office issuing the contract, only, may issue modifications to the contract. Distribution will be made via email. No hard copies will be distributed. 9. Please note the requirements of FAR provision 52.212-3. Prospective Contractors shall complete electronic annual representations and certifications at www.sam.gov in conjunction with required registration in the SAM database. Representations & Certifications must be completed and/or updated by the date and time offers are due. 10. Working hours are between 08:00 am 04:30 pm, Monday through Friday. All federal holidays excluded. Any work outside of normal working hours must be pre-approved by the CO and COR. Federal holidays are available at the Federal Holiday OPM Site. 11. Proposal Total Firm Fixed Price: 12. Solicitation Questions The specific requirements for this solicitation are outlined in the Statement of Work. Questions concerning this solicitation shall be submitted in writing only. (Questions will not be answered or addressed telephonically). Questions shall be submitted via electronic mail (e-mail) to: debra.james3@va.gov. Questions will be accepted up to 4:00 p.m. (CST), July 26, 2018. All questions are to be written and sent via email debra.james3@va.gov and answers will be published via amendment FedBizOpps to the solicitation. 13. Amendments to Solicitation Amendments to this solicitation shall be posted on FedBizOpps only (Website (www.fbo.gov). It is the responsibility of the contractor to monitor any updates via www.fbo.gov for any amendments to this solicitation. All questions and answers will be published via an amendment. Statement of Work for Operating Rooms 1 & 2 Clean CORE Supply Storage System Sterile Shelving June 29, 2018 GENERAL INFORMATION See scope information below. SCOPE Scope of work: This requirement is for the purchase and installation of metal shelving units for the Southeast Louisiana Veteran Health Care System (SLVHCS). The contractor shall provide all labor, equipment, tools, and materials needed to install new shelving units in the offices of the OR at the SLVHCS. The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. All equipment and installation must meet manufactures and Veterans Administration specifications. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. The Contractor is solely responsible for any missing parts and components not included in order to carry out the installation. REQUIREMENT/SALIENT CHARACTERISTICS/SPECIFICATIONS Common Nomenclature (commercial description): These metal shelving units shall be designed to store sterile products to support Operating Room operations. Please see attached drawing for room dimensions---Operating Rooms 1 & 2. Surgical Suture Storage will be able to hold the products. All shelving shall be appropriate for storing sterile wrapped or containerized product that is designed to reduce or eliminate any issues with package compromise. Dimensions, size, capacity: All individual trays or wrapped items shall each be on their own individual drawers and have upwards of 110% exposure of the product to allow for ergonomic retrieval in such a manner that it does not affect the package integrity. There will also need to be shelving units designed for all of the single use products as indicated in the attached photos. All of the shelving units shall be placed stationary (*include braking casters) and shall provide greater and more organized storage capacity than what is current in each room. All storage shall be adjustable and modular requiring no tools to make small modification Restrictive environmental conditions: Sterile Storage Kind of material: No WIRE or PLASTIC WIRE shelving products are to be quoted for this project. The vendor will provide a wide range of baskets, dividers, and labeling options. Vendor should provide the following depths - 4 basket, 4 tray, 2 tray, 8 basket, 11 basket, basket liners, volkren shelves (trays), long and short dividers for each size basket. All baskets and trays should be clear plastic. All units should have the ability to place baskets on an angle- giving staff greater accessibility for higher baskets. (Angled runners) Load capacity of at least 45lbs per shelf/basket Frames should have an epoxy powder coating to prevent any rusting/corrosion. Warranty: Vendor shall provide lifetime warranty on all products quoted. The warranty shall include all travel and shipping costs associated with any warranty repair. Workflow desired in each room is one that will have at least 39 aisle space and NO TRACK SYSTEMS. Staff needs access to all the products, with no restriction (or moving of track). Staff should have greater accessibility to stock, than the current setup. All connecting units should not be more than 130 long each. All shelving shall provide bottom shelving that has the following characteristics: solid or have complete dust shields, are a minimum of 8 inches from the floor, and all shelving heights must accommodate having product on them and provide an 18 inch clearance from all sprinkler heads. DELIVERY AND INSTALLATION D.1.DELIVERY Contractor shall deliver all equipment to SLVHCS. 2400 Canal Street. New Orleans, LA 70119. Contractor shall cover all shipping and handling charges. Deliver materials to job in manufactures original sealed containers with brand name marked thereon. Deliver specified items only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. Any Government requested delayed delivery up to 90 days after initial negotiated delivery date, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 45 days prior to initial negotiated delivery date for verification of delivery and installation dates. All delivery & installation dates will be coordinated through the COR. D.2. INSTALLATION All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. Installation of all equipment to manufacture s specifications maintaining Federal, and local safety standards. All work shall be completed between 8:00am and 4:00pm Monday Friday. All federal holidays are excluded. Federal holidays are available at the Federal Holiday OPM Site. Vendor installation shall be conducted while the operating room is not in operation. The usual operating hours are Monday through Friday from 6:30 AM to 3:00 PM. There is always the possibility of extended hours and the operating room must continue working outside normal operating hours which may include accommodating any add on cases or emergency surgeries that take place outside normal operating hours to included weekends and holidays. Fair advance notice of use of the OR will be given through fair consideration of use of room. Delivery shall be complete by September 30, 2018. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) N/A SECURITY VA personnel shall be assigned to accompany each of the Contractors installers while they are on station conducting the install and removal of sterile shelving. Special pass s will be issued daily to installers. No special security clearance required. SPECIAL MATERIAL REQUIREMENT N/A PLACE OF PERFORMANCE The Clean CORE Supply Storage System shall be installed in the Operating Room at the Southeast Louisiana Veterans Healthcare System (SLVHCS) located at 2400 Canal Street New Orleans, LA 70119. The Operating Rooms are labeled as OR Core 1 and OR Core 2. Actual locations of units will be discussed at the pre-delivery meeting. PERIOD OF PERFORMANCE Delivery no later than September 30, 2018. Installation will be coordinated with the Contracting Officer Representative and the contractor. CUSTOMER INFORMATION Contractor shall provide on-site training of the equipment to the users. Scheduling of operator training shall be coordinated with the COR after the successful completion of installation. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/ or short ship items from the manufacture(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. CONTRACTOR RESPONSIBILITIES The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the VAMC premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contactor shall repair or replace any items related to building(s) or grounds, and furnishing damaged accidentally or on purpose due to actions by the Contractor. There shall be no smoking, eating, or drinking inside of the OR areas at any time. B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ COMPLETE MODUMAX STORAGE SHELVING SYSTEM TO INCLUDE ALL FUNCTION REQUIRED ASSESSORIES 0002 1.00 EA __________________ __________________ DELIVERY AND INSTALLATION OF MODUMAX STORAGE SHELVING SYSTEM AND ACCESSORIES. GRAND TOTAL __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618U0114/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618U0114 36C25618U0114.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526331&FileName=36C25618U0114-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526331&FileName=36C25618U0114-000.docx

 
File Name: 36C25618U0114 Dimensions of Operating Rooms 1 and 2.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526332&FileName=36C25618U0114-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526332&FileName=36C25618U0114-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, La
Zip Code: 70119
 
Record
SN05021359-W 20180806/180804230051-cfb83238d0ccacdc8cab1f5f038e4f60 (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.