DOCUMENT
65 -- 553-18-3-063-0102 Beds - Attachment
- Notice Date
- 9/10/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
- ZIP Code
- 49037
- Solicitation Number
- 36C25018Q9835
- Response Due
- 9/14/2018
- Archive Date
- 11/13/2018
- Point of Contact
- Brooke L Hansen
- E-Mail Address
-
3-6072<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items Stepdown Beds VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 5 of 5 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q9835 Posted Date: 09/7/2018 Response Date: 09/14/2018 Product or Service Code: 7195 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Contracting Office Address Network Contracting Office 10 5500 Armstrong Rd Battle Creek, MI 49037 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The Department of Veterans Affairs, Network Contracting Office 10 is seeking to purchase Stepdown Beds for the John D. Dingell VA Medical Center, 4646 John R, Detroit MI 48201. All items shall be new; refurbished/used/gray market items are not acceptable. (a) 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 supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. All interested companies shall provide quotation(s) for the following HILL-ROM brand name or equal: PROGRESSA ICU Therapy Beds IAW FAR Part 11.104(b) An item submitted as an equal item must meet all of the following physical, functional, and performance characteristics to be eligible for award. : Quantity: 15 PROGRESSA ICU beds: Motorized Drive System with 6 casters Pulmonary Therapy Surface Percussion and vibration modules Rotation Module Retractable Foot Control 30 °/45 ° Head-of-Bed Alarm In-Bed Scale 3-Mode Bed Exit Alarm (PPM) Standard Head and Foot Panel Night Light Steering Caster Hands Free Emergency CPR, Trendelenburg Siderails Control Smart Bed Ready Obstacle Detect System at Both Sides of the Bed Drainage Bag Holders Four IV Pole Sockets Safe Working Load: 650 lbs Patient Controls Backlighting Trapeze brackets available Bed Controls Line Managers Caregiver Pendant Foot Controls Module Oxygen Tank Holder Module Accessory Outlet As for technical specifications: Length 88" (223.5 cm) Width 40.5" (103 cm) Self Driving (Intellidrive) Pulmonary Therapy Surface with following specs: Mattress Weight 49 lbs (22.3 kgs) Width: 35.5. Length: 84, Height: 8.34 Percussion and vibration modules Rotation Module Highest Position: Top of Seat Section to Floor 35" (89 cm) Lowest Position: Top of Seat Section to Floor 16.5" (41.9 cm) Standard Caster 6" (15.24 cm) Safe Working Load 650 lbs (295 kgs) Maximum Patient Weight 500 lbs (227 kgs) C-Arm Clearance 7-15" (17.8-38.1 cm) Voltages 100/110/115/120/127/220/230/240 Fluid Ingress Protection IPX4 Radiolucent Sleep Deck Stnd 17.7" x 23" (45 cm x 58.5 cm) Place of Manufacture USA Articulation Specifications Head 0 °-67 ° Thigh 0 °-30 ° Foot 0 °-70 ° Trendelenburg 13 ° Tilt Table Function (Reverse Trendelenburg) -18 ° Mattress: Pulmonary Therapy Surface: Width: 35.5. Length: 84, Height: 8.34 6 casters In Bed Scale Nurse call in side rail The delivery date is 60 days after receipt of order. Delivery shall be FOB Destination to the Department of Veterans Affairs, John D. Dingell VA Medical Center, 4646 John R Street, Detroit MI 48201. Award shall be made to the quoter whose quotation represents the best value to the Government. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [January 2017] with the following addenda: FAR 52.219-18, and 52.232-40; VAAR 852.203-70, 852.215-71, 852.232-72, 52.203-17, 52.204-18, 52.232-40, 852.211-73, 852.246-71 and 852.246-71. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [January 2017] The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt 1, 52.225-13, 52.232-33. The Defense Priorities and Allocations System (DPAS) is not applicable. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 14, 2018, by 4:00PM EST by email at brooke.hansen@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer, Brooke Hansen, at brooke.hansen@va.gov. Point of Contact Brooke Hansen, Contract Officer, email: brooke.hansen@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/36C25018Q9835/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9835 36C25018Q9835.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582871&FileName=36C25018Q9835-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582871&FileName=36C25018Q9835-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9835 36C25018Q9835.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582871&FileName=36C25018Q9835-000.docx)
- Place of Performance
- Address: VA Medical Center;4646 John R Street;Detroit, MI
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN05082542-W 20180912/180910231941-b48c0777587d93358d307713474be64d (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 |