SOLICITATION NOTICE
65 -- Medical Beds/Cots-FEMA response to COVID-19, DR 4485.
- Notice Date
- 5/11/2020 5:43:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NEW ORLEANS CONTRACT OPS MGMT BRA NEW ORLEANS LA 70114 USA
- ZIP Code
- 70114
- Solicitation Number
- RFQ44852200050A511
- Response Due
- 5/13/2020 8:00:00 AM
- Archive Date
- 05/28/2020
- Point of Contact
- Charmaine Hoffman
- E-Mail Address
-
charmaine.hoffman@fema.dhs.gov
(charmaine.hoffman@fema.dhs.gov)
- Description
- TITLE Medical Beds/Cots to support FEMA response to the COVID-19 pandemic event, DR 4485.�� ANNOUNCEMENT This is a combined synopsis/solicitation for commercial items under FAR part 12 prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� The solicitation number for this announcement is RFQ 4485-2200050A511 and this solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 Dated 3/30/2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450. This solicitation is unrestricted for full and open competition.�� All prospective offerors shall be registered in the System for Award Management (SAM) in order to be considered for award.� Registration information can be found at www.sam.gov.� Registration shall be �ACTIVE� at the time of award. The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as PPIRS and FAPIIS to make this determination. (See Attachment Responsibility Letter-Contractor Statement of Assurances)� Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. DESCRIPITION OF REQUIREMENT The Federal Emergency Management Agency (FEMA) intent is to fulfill a requirement to procure 1,000 medical beds/cots in support of FEMA Region VI response to COVID-19, DR 4485. This will enable the Government to ensure sufficient availability of such items during this national public health emergency and pandemic event.�� FEMA contemplates the award of a firm fixed price purchase order. This RFQ is issued in accordance with FAR part 12, Commercial Items and FAR Part 13, Simplified Acquisition Procedures. BASIS FOR AWARD A single award will be made to the responsible offeror submitting an overall quote that is determined most advantageous to the Government, price and other factors considered. The following technical factors will be used to evaluate offers: Specifications and Delivery Terms. Specifications and Delivery Terms, when combined, are equal in importance to price. Specifications-Offerors shall quote the item specifications, in enough detail, to prove that the product meets all the salient and functional characteristics required by the Government. The specifications shall include but are not limited to the product description, manufacturer�s name, manufacturer�s part number, and visual image or picture of item. All products must meet applicable industry standards for the equipment type and any associated components. See detailed specifications in CLIN 0001. Delivery Terms-Offerors shall quote delivery terms for staggered delivery of all items. Delivery shall be staggered for receipt of not more than a quantity of (250) beds per day. All items must be delivered within five (5) days after receipt of order. The Government reserves the right to consider alternate delivery terms. Delivery Address is Lanark Warehouse 610 Lanark Drive, Suite 150, San Antonio, Texas 78218. Warehouse hours are between 9:00 am-3:00 pm, CST, Mondays-Fridays. Price-Offerors shall quote a fixed unit price, extended price, and total price�for the below item(s) in CLIN 0001. All items shall be quoted FOB Destination. (Contractor must deliver the goods on its conveyance at the destination specified by the Government, and the Contractor is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination) Quotes shall be valid for at least 30 days. The fixed�price per unit shall be inclusive of all shipping, delivery, freight, and transportation charges. The Government reserves the right to decrease the quantity of items requested below. CLIN 0001: Description Medical Beds/Cots Minimum standards: Must have IV pole. Must have mattress or mattress pad (must meet FDA guidance). Must be designed for hospital use/care. Rated for a minimum of 350lbs. New Equipment only. Preferred characteristics: Stackable or easily transported and stored. Mattress or mattress pad easily decontaminated. Foot Adjustment, Head Adjustment. Quantity and Unit 1,000����(EA) The Government intends to evaluate quotes and award without exchanges with Offerors (except clarifications). Therefore, the offeror�s initial quote should contain the Offeror�s best terms from a cost or price and technical standpoint. SUBMISSION INSTRUCTIONS This section specifies the format and content the Offerors shall use in response to this solicitation. FEMA will accept electronic submissions ONLY. Technical Response and Price Quote must be submitted electronically by email to the Contracting Officer, Charmaine.hoffman@fema.dhs.gov. Please reference the solicitation number 4485-2200050A511 in the email subject header. A response to this solicitation shall include the following documents: Technical Response- Offeror�s response to the specifications and delivery terms evaluation factor Price Quotation- Offeror�s completed pricing information. Price quotes shall also include the offeror�s company name, authorized representative, address, phone number, DUNS number, CAGE Code, authorized company representative, and reference the RFQ number (RFQ4485-2200050A511). Completed Certification and Representations in accordance with FAR 52.212-3. (includes Responsibility Matters and Representation by Company regarding Delinquent Tax Liability.) Contractor�s Statement of Assurances (See attachment-Responsibility Letter) SOLICITATION PROVISIONS AND CONTRACT CLAUSES The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, and FAR 52.212-2 applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Item applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, shall apply: 52.203-6, 52.203-13, 52.209-6, 52.209-9,� 52.222-3, 52.222-18, 52.222-18, 52.222-26, 52.222-36, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses shall be applicable to the resulting award: 52.52.217-6; 52.217-7; 52.225-1; 52.225-5; 52.225-6; 52.225-13; 52.225-18; 52.225-25. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. In the addition, the following Homeland Security Acquisition Regulations (HSAR) shall be applicable to the contract: 3052.204-70, 3052.209-70, 3052.212-70. HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items applies to this acquisition and is incorporated by full text. May be tailored with any resultant award. 52.233-2 Service of Protest. As prescribed in 33.106 , insert the following provision: Service of Protest (Sept 2006) ����� (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from charmaine.hoffman@fema.dhs.gov. ����� (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fd885cd8ba47411995cc3b09cbff91f6/view)
- Place of Performance
- Address: San Antonio, TX 78218, USA
- Zip Code: 78218
- Country: USA
- Zip Code: 78218
- Record
- SN05653561-F 20200513/200511230212 (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 |