Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2022 SAM #7379
SOLICITATION NOTICE

42 -- Stair Evacuation Chair|540-22-2-6411-0002 (VA-22-00041015)

Notice Date
2/11/2022 11:32:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0314
 
Response Due
2/18/2022 7:00:00 AM
 
Archive Date
03/20/2022
 
Point of Contact
Rebecca Gobble, Contracting Officer, Phone: 410-642-2411 x.26534
 
E-Mail Address
Rebecca.Gobble@va.gov
(Rebecca.Gobble@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. This solicitation is set-aside for Small Business Set Aside The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 1500 Employees. The FSC/PSC is 4240. The Clarksburg VA is seeking to purchase nine (9) evacuation stair chairs with electric motors. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 0002 0003 0004 0005 0006 0007 0008 0009 0010 0011 0012 TRANSCEND STAIR CHAIR W/PWRTRX EIL: TBD (CONTACT JUSTIN HITE), CSN: 6530-439488, NXA-SPECIAL-PCS-CHAIR, EVACUATION OPTION TELESCOPIC U-BAR OPTION REAR WHEELS W/ LOCKS OPTION REAR FLIP-UP HANDLES OPTION GUARD BAR OPTION ARMRESTS OPTION FOOTREST OPTION POWER TRACKS 36V US KIT HEADREST KIT OXYGEN HOLDER 59T EZ- GLIDE WALL BRACKET 59T EZ- GLIDE WALL BRACKET COVER, STORAGE,59 EZ GLIDE COVER, STORAGE,59 EZ GLIDE 9 9 9 9 9 9 9 9 9 9 9 9 EA EA EA EA EA EA EA EA EA EA EA EA Statement of Work Background VA Clarksburg, WV requires nine (9) evacuation stair chairs with electric motors. Specifications Please see below for list of salient characteristics that the stair evacuation chair must meet to be considered acceptable. Height: 36 to 60 inches Width: Not to exceed 20 inches Seat: Minimum of 16 inches Weight: Must not exceed 52 pounds Depth: Must not exceed 30 inches Rear wheel locks Headrest Oxygen tank holder Component that allows for the attachment of an IV bag Wall storage bracket Storage cover Battery powered motor -Must be able push and pull patient load up to 550 pounds. -Must be able to transport patients up and down an average of 40 flights of stairs on a single charge. -Must be able to be operated by a wireless controller. Lighting system that illuminates the steps from above and below the chair. Decent control feature (Speed limiting). Feature must limit the amount of pressure the operator needs to apply to not exceed 20 pounds. Shock limiting feature Lift bar that can be adjusted to accommodate varying heights of operators Footrests and armrests that are adjustable to accommodate patient needs Frame constructed of metal Locking feature to ensure chair is locked in place whether deployed or folded for storage. Delivery Location Attn: (Justin Hite) Louis A. Johnson Medical Center 1 Medical Center Drive Clarksburg, WV 26301 Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above. The Contractor must comply and provide all necessary information to VA Clarksburg. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Requested Delivery Date Delivery of equipment is requested to occur on or before March 25, 2022. Safety Data Sheet (SDS) If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property. Delivery Coordination Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items FAR 52.211-6, Brand Name or Equal 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 1/30/2022 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 1/30/2022 FAR 52.211-6, Brand Name or Equal Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Please see below information in accordance to FAR 52.212-1(b). Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Items must meet all salient characteristics Must be able push and pull patient load up to 550 pounds The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions and shipping costs.    (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show            (1) The solicitation number;            (2) The time specified in the solicitation for receipt of offers;            (3) The name, address, and telephone number of the offeror;            (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;            (5) Terms of any express warranty;            (6) Price and any discount terms;            (7) ""Remit to"" address, if different than mailing address;            (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);            (9) Acknowledgment of Solicitation Amendments;            (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and            (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.       (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.       (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing.       (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart  4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received no later than 2/17/2022 at 10:00 A.M. EST to Wilbert.Parks@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers, or revisions are due. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Wilbert Parks, Contract Specialist, 240-215-0572, Wilbert.Parks@va.gov Rebecca Gobble, Contract Officer, 410-642-2411 x.26534, Rebecca.Gobble@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/448f45d384fd4473bedf53eb19409261/view)
 
Place of Performance
Address: Louis A Johnson Medical Center 1 Medical Center Drive Clarksburg, WV 26301, USA
Zip Code: 26301
Country: USA
 
Record
SN06240509-F 20220213/220211230105 (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 |
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.