SOLICITATION NOTICE
65 -- Stryker Power PRO XT Ambulance BRAND NAME
- Notice Date
- 5/4/2020 8:44:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0583
- Response Due
- 5/6/2020 12:00:00 AM
- Archive Date
- 07/05/2020
- Point of Contact
- Louellen.Butler@va.gov
- E-Mail Address
-
Louellen.Butler@va.gov
(Louellen.Butler@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- (i) This is a combined synopsis/solicitation for Brand Name Only, (2) TWO POWER PRO XT AMBULANCE STRETCHERS, as prepared in accordance with the format in Federal Acquisition Regulations (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. A firm-fixed price purchase order is anticipated. The solicitation number is 36C24420Q0583 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05 dated 03/30/2020. This solicitation is set aside 100% for Service-disabled Veteran-Owned Small Businesses and the associated NAICS code 339113 has a small business size standard of 1,000 employees. Schedule of Requirement/CLINS Statement of Need and Salient Characteristics This requirement is for the Brand Name only, STRYKER Power XT Ambulance Stretchers Statement of Need: BRAND NAME - Stryker Power PRO XT Ambulance Stretchers for COVID The Wilmington VA Medical Center located 1601 Kirkwood Highway has recently experienced an influx of patients in the facility s Emergency Department due to the Coronavirus Pandemic. Additionally, the facility has stood up an outdoor triage tent in the wake of the Coronavirus Pandemic. The facility is in need of a firm, fixed price contract for 2 Stryker Power PRO XT Ambulance Stretchers in order to safely, quickly, and efficiently move patients into the Emergency Department and Triage Tent from incoming ambulance and drive through patients. The request for Stryker brand is necessary in order to facilitate standardization throughout the Medical center & minimize cost. ITEM PART NUMBER DESCRIPTION/SUPPLIES SERVICES QTY UNIT PRICE TOTAL AMOUNT 0001 6506000000 Power - PRO XT 2 0002 6085033000 PR Cot Retaining Post 2 0003 7777881669 3 Yr X-Frame Powertrain Warranty 2 0004 7777881670 2 Yr Bumper to Bumper Warranty 2 0005 6506026000 Power Pro Standard Components 2 0006 6500001430 X-RESTRAINT PACKAGE 2 0007 0054030000 DOM SHIP (NOT HI, AK, PR, GM) 2 0008 6506600000 English Manual 2 0009 6085031000 Trendelenburg 2 0010 6506038000 Steer Lock Option 2 0011 6092036018 J Hook 2 0012 6506029000 Non Power-Load Compatible 2 0013 6500028000 120V AC SMRT Charging Kit 2 0014 6506041000 GREY XPS MATTRESS OPTION 2 0015 6506040000 XPS Option 2 0016 6506036000 No HE Section O2 Bottle 2 0017 0054200994 No Runner/HE O2 2 0018 6500310000 2 Stage IV Pole PR Option 0019 6506012003 STANDARD FOWLER 0020 6500128000 Head End Storage Flat TOTAL Manufacture Distribution Letter: Required Training: None Place of Performance: All equipment shall be delivered to the Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington, DE 19805 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following provision AND instructions are added as addenda: Addendum to FAR 52.212-4, Instructions to Offerors Commercial, applies to this acquisition and the following provision AND instructions are added as addenda: 52.252- 1 Solicitation Provision Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) Grey Market Items- 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 remanufacturers or gray market items will be acceptable. 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. 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 to 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. (End of provision) Evaluation of this requirement will be based on PRICE and PAST PERFORMANCE. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Set-Aside (JUL 2016) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (MAY 2019) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. This is an open-market combined synopsis/solicitation for equipment 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). Quotes must be emailed to Louellen.Butler@va.gov and received no later than 12:00 P.M. (Noon) EST on Wednesday, May 6, 2020. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Louellen.Butler@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to Louellen.Butler@va.gov. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/171359c3584a4b0f8ad4a0604937a026/view)
- Place of Performance
- Address: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE 18711, USA
- Zip Code: 18711
- Country: USA
- Zip Code: 18711
- Record
- SN05644937-F 20200506/200504230154 (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 |