SOLICITATION NOTICE
65 -- DENTAL PROCEDURE CHAIRS 36C776-20-AP-1240
- Notice Date
- 2/24/2020 7:18:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26120Q0386
- Response Due
- 3/2/2020 8:59:59 PM
- Archive Date
- 05/01/2020
- Point of Contact
- Mohammed Hussain
- E-Mail Address
-
Mohammed.Hussain2@va.gov
(Mohammed.Hussain2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 1 of 6 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C261-20-Q-0386 Posted Date: 02/24/2020 Original Response Date: 03/02/2020 Current Response Date: - Product or Service Code: 6520 Set Aside: 100% Service-Disabled Veteran Owned Small Business Set Aside NAICS Code: 339114 Contracting Office Address NCO 21 3230 Peacekeeper Way Bldg. 209 McClellan, CA 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 brand name only solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 (effective 15 Jan 2020). The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 750 Employees. The VA Sierra Pacific Health Care Systems (SFVAMC), 4150 Clement Street, San Francisco, CA 94121, is seeking to procure dental procedure chairs with delivery, installation, and warranty. All interested companies shall provide quote for the following: COST/PRICE Schedule of Supplies Line Product Number Product Description/Part Number QTY UNIT UNIT COST TOTAL 1 829-002 - 80 829 Procedure Chair, Swivel Base, 100-240V 3 EA 2 130-2102 - 00 - 217 Uph Kit, Seamless 829 w/o TB133, PREMIUM-BLACK 3 EA 3 130-1433 - 00 - 217 Headrest, Deep Oval Articulating G2 w/o TB133, PREMIUM-BLACK 3 EA 4 130-1432 Forearm Support f/Deep Oval Headrest Assy (set of 2) G2 3 EA 5 130-1679 Spline Assy, A Size (set of 2) G2 3 EA 6 830-002 - 80 830 Procedure Chair, Swivel Base, 100-240V 1 EA 7 130-2100 - 00 - 217 Uph Kit, Seamless 830 w/o TB133, PREMIUM-BLACK 1 EA 8 130-1433 - 00 - 217 Headrest, Deep Oval Articulating G2 w/o TB133, PREMIUM-BLACK 1 EA 9 130-1432 Forearm Support f/Deep Oval Headrest Assy (set of 2) G2 1 EA 10 130-1914 Spline Assy, B Size (set of 2) G2 1 EA 11 130-2074 - 00 - 217 Arms, Patient, Slide Back Floating G2 (Pair) w/o TB133, PREMIUM-BLACK 1 EA 12 130-1650 Transfer Support/Bed Rail, Flip-up, Ambidextrous G2 1 EA 13 130-1721 - 00 - 217 Arm, IV/Surgery 18"" Deluxe 8-way Floating Mtd G2 w/o TB133, PREMIUM-BLACK 1 EA 14 130-2074 - 00 - 217 Arms, Patient, Slide Back Floating G2 (Pair) w/o TB133, PREMIUM-BLACK 2 EA The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following far clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (MAY 2008) VAAR 852.219-74 Limitation on Subcontracting Monitoring Compliance (JUL 2018) (a) This solicitation includes FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.204-7 System for Award Management (OCT 2018) Offerors must have completed annual representations and certifications on-line at http://sam.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. (OCT 2018) FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (JAN 2017) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote to include: (a) Completed Price-Cost Schedule from the table above; and (b) Technical information 2) Grey Market Prevention Language (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.� FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote is conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: The vendor s quote must be for all items listed in the table above for the designated Medical Technology Industries, Inc. (MTI) dental procedure chairs. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required items in the MTI Dental procedure chairs. The technical ratings are defined as follows: Acceptable: Quote is clear and contains all the required items for the designated line item descriptions of the solicitation, to include being an authorized distributor/reseller through Medical Technology Industries, Inc. (MTI) to be able to honor any warranties offered. Unacceptable: Quote does not clearly meet the line item descriptions of the solicitation, partial or incomplete or offering similar or like items. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. Price will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price is fair and reasonable. Award will be made on a Lowest-Priced, Technically Acceptable basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be emailed to mohammed.hussain2@va.gov This is an open-market combined synopsis/solicitation for a Laerdal 3 G Simulator system as defined herein.��The government intends to award a purchase order because 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 March 2, 2020, 5:00 p.m. Pacific Time. Emailed offers will be accepted. 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 Specialist, mohammed.hussain2@va.gov before March 2, 2020, 5:00 p.m. Pacific Time. Point of Contact Mohammed Hussain, Contract Specialist, Phone: 916-923-4534, mohammed.hussain2@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/96e4d2c2b75840be8e63a3207355b136/view)
- Place of Performance
- Address: Department of Veterans Affairs;SAN FRANCISCO VA MEDICAL CENTER (SFVAMC);BB21-WAREHOUSE;4150 Clement Street;San Francisco, CA 94121, USA
- Zip Code: 94121
- Country: USA
- Zip Code: 94121
- Record
- SN05570966-F 20200226/200224230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |