Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2019 FBO #6477
SOLICITATION NOTICE

65 -- Barrier-Free™ Exam Tables

Notice Date
8/16/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q1364
 
Response Due
8/23/2019
 
Archive Date
9/22/2019
 
Point of Contact
angie.carpenter@va.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS SOLICITATION: BARRIER-FREE EXAM TABLES General: 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. This is a Request for Quotation (RFQ) and the solicitation number is 36C25019Q1364. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective 07/24/2019. The clauses may be accessed in full text at this address: https://www.acquisition.gov/Far/. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 employees. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 20.00 EA 626-003 626 Midmark Barrier-Free Exam Table w/Scale, Recessed Rollers, Drawer Heater, Pelvic Tilt, and Electrical Receptacle-Base Only 0002 20.00 EA 002-2000-XXX Upholstery Top - 626 28" Premium 3. Statement of Work. BACKGROUND. The Dayton VA Medical Center (VAMC) has a requirement for additional medical equipment for the new Springfield CBOC. The requirement is for Twenty (20) Midmark Barrier-Free Exam Tables with Scale, Recessed Rollers, Drawer Heater, Pelvic Tilt, and Electrical Receptacle-Base Only, along with Twenty (20) Upholstery Tops, 626 28 Premium. SCOPE. The contractor shall provide Midmark Barrier-Free Exam Tables with built-in scales to capture a patient s weight while sitting on the table. This equipment will continue the standardization throughout the Dayton VAMC. There is no installation requirement. EQUIPMENT SPECIFICATIONS. The minimum technical specification for this equipment are as follows: Midmark Barrier-Free Exam Table Shall have built-in digital scale with 650 lb. capacity Shall have power height and power backrest Shall have wireless hand and foot controls capability Shall have manual engagement of actuator to lower table in case of power outage Shall have patient support rails for proper positioning of patient arms for blood pressure capture, handling and wheelchair transfer Measurements shall range from 59 Long x 28 -32 Wide transfer area Shall electronically be lowered by foot and hand-held control to no less than 14.6 to allow safe transfer of patient from wheelchair and allow to have feet flat on floor for blood pressure capture Shall have one-touch, auto-return home button that lowers table and raises backrest to chair position at any height Shall be able to be in flat table position at any height Shall be at least 76 long with slide-out footrest extension Shall have programmable one-touch quick exam button Shall have tamper-resistant, UL-listed, duplex, hospital-grade electrical receptacles Electrical 115VAC, 50/60Hz, 12A Premium Upholstery Shall be seamless for cleaning and infection prevention Shall have removable top system for cleaning and replacement PERIOD OF PERFORMANCE. The Period of Performance shall be 30-45 Days ARO. DELIVERY AND SHIPMENT INFORMATION. The contractor shall provide shipment and delivery of equipment to: F.O.B. shall be Destination Dayton VA Medical Center 4100 West Third Street Dayton, OH 45428-9000 GOVERNMENT HOLIDAYS. National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.204-10; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial, with the following added as addenda to the Provision, Addendum to 52.212-1; 52.232-38; 852.252-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/; (end of addendum 52.212-1) 52.212-2, and 52.212-3. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Parts 13 and 12. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirement within this solicitation and will be the most advantageous to the Government. Best value will be how the quotes are evaluated. The following evaluation factors will be used: Technical; Delivery; and Price An Offeror s initial quotation shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during solicitation and evaluation process. Procedures for submitting documents to the Department of Veterans Affairs. Documents that are to be provided to the Contracting Officer will be submitted using the appropriate vehicle below. Email: angie.carpenter@va.gov Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or gray market items. All items must be covered by the manufacturer s warranty. Quote shall be good for 90 days after close of this Solicitation. This solicitation requires registration with the System of Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. F.O.B. shall be Destination. Quote are to be broken out to include line item pricing for each line item. RESPONSES ARE DUE: Friday, 23 August 2019, at 4:00PM EST. Offers will only be accepted electronically via e-mail to angie.carpenter@va.gov. No late submission will be considered. Enter RFQ 36C25019Q1364, Barrier-Free Exam Table in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q1364/listing.html)
 
Place of Performance
Address: Dayton VA Medical Center;4100 West Third Street;Dayton OH
Zip Code: 45428-9000
Country: USA
 
Record
SN05408125-F 20190818/190816230030 (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.