DOCUMENT
65 -- NYH NY Campus PM&R Equipment Replacement - Attachment
- Notice Date
- 9/14/2019
- Notice Type
- Attachment
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24219Q1243
- Response Due
- 8/30/2019
- Archive Date
- 9/9/2019
- Point of Contact
- Lateisha Robinson
- Small Business Set-Aside
- N/A
- Description
- VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Original Date: 10/12/17 Revision 01 Date: 01/08/18 Page 1 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24219Q1243 Posted Date: 09/14/2019 Original Response Date: 09/18/2019 Current Response Date: Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): N/A NAICS Code: 339920 Contracting Office Address Department of Veterans Affairs, 130 West Kingsbridge Road, Bronx N.Y. 10468 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 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920, with a small business size standard of 750 employees. The Manhattan VAMC is seeking to purchase Physical Medicine and Rehabilitation equipment. All interested companies shall provide quotation(s), for the following: This is a FAR13 RFQ is for PM&R equipment. Equal products must comply with the product description in below and meet or exceed each of the minimum performance requirements listed in this solicitation. Item Description Technical Specification (Detailed description) QTY Unit Price Amount Training Stairs with Bus Step Maple plywood base and solid maple handrails with natural finish. The platform is 24" x 30". Weight capacity 350 lbs. 1 Clinton Hi-Lo Mat Platform, 6' x 8', Gunmetal The Clinton Hi-Lo Mat Platform features an all-welded, heavy duty steel frame, hand-free foot pedal control, bumper strip to protect the upholstery, and a lifting capacity of 600 lbs Color Gunmetal 6 X 8 Electrical - 120 volt 60Hz 7 amp (max) 1 Task for Installation related Field Service- Installation Task for Installation of all equipment for Sports Art Leg Press/Calf Extension 3 SportsArt Leg Press/Calf Extension 88"L x 43"W x 74"H Upper Body Machines - Lat Pulldown/Mid Row, Pec Fly/Rear Deltoid, Bicep/Tricep, Low Back/Abdominal, and the Multi-Press Lower Body Machines - These exercisers include the Hip Abductor/Adductor, Leg Press/Calf Extension, and Leg Extension/Curl 3 Metron Elite Electric Parallel Bars, 15', Bariatric Motorized Height & Width Adjustment Parallel Bars to help Bariatric Veterans with balance and gait training 15 in length 500 lb. weight capacity Adjustable split handrails Overall width 45" Width between uprights: 41" 1 Metron Elite Electric Parallel Bars, 15', Motorized Height & Width Adjustment Parallel Bars to help Veterans with balance and gait training. 15 in length Base edges are tapered to accommodate wheelchairs up to 29" wide Manual-override crank and removable abduction board included 2 Metron Elite Electric Parallel Bars, 10', Motorized Height & Width Adjustment Parallel Bars to help Veterans with balance and gait training. 10 in length Base edges are tapered to accommodate wheelchairs up to 29" wide Manual-override crank and removable abduction board included 1 SportsArt T635M Medical Treadmill 83.5" x 38.6" x 57.6" reverse speed up to 3 MPH and extended handrails Capacity 400 llbs 0% - 15% Incline 61" x 22" belt provides ample running space and is constructed from carbon-weave, low friction material The electrical filter reduces electrical leakage below 300 microamps 2 Handling Cost Installation of new equipment and removal of old equipment 1 Offerors providing an brand name or equal product(s) to PM&R equipment must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal product must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet or exceed the salient physical, functional or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and make or model number Include descriptive literature such as illustrations, drawings, or clear reference to previously furnished descriptive data or information available to the Contracting Specialist, and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contract specialist will evaluate equal products based on information furnished by the offeror or identified in the offer and reasonably available to the contract specialist. The contract specialist is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offer shall provide the brand name product referenced in the solicitation. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered equal to or better than the requirement listed. Any award made as a result of this solicitation will be made per FAR 13.106-1(2) on price and other factors which include past performance, the ability to meet the salient characteristics of the CLINs described above and any special features which are determined to provide more value to the government to meet this requirement. Contractors are warned against contacting any VA personnel other than the Contracting Officer or Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, 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, must be 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. Per FAR 13.106-1(2) any award made resulting from this solicitation will be made based on the best overall quote that will be determined by price and other factors including past performance, ability to meet the salient characteristics and special features which may exceed the brand name, or are considered to provide more value to the government Services Items to be delivered and installed The delivery/task order period of performance is 09/30/2019-12/31/2019. Delivery and acceptance are to be F.O.B. Destination (FAR 52.247-34) at the Veterans affairs Medical centers located at: Place of Performance Address: 423 East 23rd Street New York, N.Y. Postal Code: 10010- 5011 Country: UNITED STATES Award shall be made to the offeror, whose proposal offers the best value to the government, considering technical capability and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications, delivery time, lowest price and proof of Physical medicine and rehabilitation equipment distribution authorization letter. 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 (Deviation Oct 2018) ADDENDUM to 52.212-1 Instructions to Offerors -Commercial Items FAR 52.212-2, Evaluation-Commercial Items-(Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: For your quote to be responsive: Please provide your quote in section B.2 PRICE SCHEDULE above Submission of quotes shall be received no later than 09/18/2019 @ 11 A.M. via email to the Contracting Specialist at Lateisha.Robinson@va.gov Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (Oct 2018) ADDENDUM to FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019). The following subparagraphs of FAR 52.212-5 are applicable, along with 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52.222-3, 52.222-35, 52.222-50, 52.222-36, 52.222-21, 52.222- 26, 52.223-18, 52.225-13, 52.233-3, 52.233-4 and 52.247-64 subparagraphs. **Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed Astra Tee system equipment, verified by an authorization letter or other documents from the OEM, such as the OEM s warranty and services associated with the equipment shall be in accordance with the OEM terms and conditions. ** This is an open-market combined synopsis/solicitation for chiropractic chairs and accessories as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals, 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:"quoters shall list exception(s) and rationale for the exception. Submission shall be received not later than 09/18/2019@ 3PM at email address listed below for Contracting Officer address for submission of quotes. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f)(2)(I). Only email quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the lateisha.robinson@va.gov. Point of Contact Lateisha Robinson Lateisha.robinson@va.gov 718-584-9000 4334 130 West Kingsbridge Road Bronx, N.Y. 10468
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q1243/listing.html)
- Document(s)
- Attachment
- File Name: 36C24219Q1243 36C24219Q1243.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5155899&FileName=36C24219Q1243-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5155899&FileName=36C24219Q1243-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24219Q1243 36C24219Q1243.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5155899&FileName=36C24219Q1243-000.docx)
- Record
- SN05445056-W 20190916/190914230057-bd9200c7cda49db2c5126d32a3e92011 (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 |