Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2022 SAM #7580
SOLICITATION NOTICE

23 -- EMERGENCY RESPONSE TRAILER AND ACCESSORIES

Notice Date
8/30/2022 8:40:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0590
 
Response Due
9/12/2022 6:00:00 AM
 
Archive Date
12/20/2022
 
Point of Contact
Phon Phasavath, Contracting Officer, Phone: 615-225-3416
 
E-Mail Address
Phon.Phasavath@va.gov
(Phon.Phasavath@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items Effective Date: 02/01/2022 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 2022-7. This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 333924, with a small business size standard of 750 Employees. The FSC/PSC is 2330. The Network Contracting Office 9 located at 1639 Medical Center Parkway on behalf of Memphis VA Medical Center is seeking to purchase brand name or equal Vericor Emergency response and accessories as listed below. All interested companies shall provide quotations for the following: Supplies/Services Ln # Qty Part # Description Unit of Measure Unit Price Ext. Price 1 1 MC-MICC-RD 003 Mobile Incident Command Center (Red), EA EA 2 1 MC-MICC-YL 003 Mobile Incident Command Center (Yellow), EA EA 3 1 MC-MICC-NB 003 Mobile Incident Command Center (Navy Blue), EA EA 4 1 MC-MICC-GR 003 Mobile Incident Command Center (Green), EA EA 5 1 MC-MICC-SL Mobile Incident Command Center (Silver), EA EA 6 1 RF-SD-0176 Response-Friendly Response Trailer, 20 ft EA EA 7 1 RF-SD-0177 EOC/Staff Support Package EA Shipping & Handling Total Statement of Work for Memphis VAMC NDMS Trailer and Mobile Incident Command Centers Introduction of Required Specifications: Purpose: This Statement of Work (SOW) describes the equipment requested for the Mobile Incident Command Centers (MICC) System, and Federal Coordination Center (FCC)/ National Disaster Medical System (NDMS) Response trailer at the Memphis VAMC, Memphis, TN. The Contractor must provide all necessary equipment/hardware, software, warranty in accordance with this SOW. Primary Goals: To reduce resource stain to the facility; to ensure capabilities are consolidated, accounted for, and deployment ready. Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements for allowable operating system platforms. Industry Standards: Unless otherwise stated, the MICC, and NDMS Response Trailer meets and/or exceeds the recommended capabilities and considerations set by the Department of Veteran Affairs, Office of Emergency Management (OEM), Department of Defense (DoD), and Department of Health and Human Services (HHS). Definitions: Command and Control: A set of organizational and technical attributes and processes used by an organization resource to solve problems and accomplish missions. HIMT: A multidisciplinary management team who are charged with managing personnel, vulnerabilities, communications, and providing support for all incident handling measures. HICS: The hospital incident command system (HICS) is an incident command system (ICS) designed for hospitals and intended for use in both emergency and non-emergency situations. Patient Reception Area: A geographic locale containing one or more airfields, train or bus stations, adequate patient staging facilities and adequate local patient transport assets. Patient Reception Site: The designated airfield, train, or bus station where Federal patient movement operations are established and where patients are received, triaged, staged, tracked, and transported. Workstation: A color-coded rolling chart that contains all necessary equipment and supplies needed for an emergency/disaster response. Equipment Requirements: FCC/NDMS Response Trailer: Complete Response Trailer: SmartBook Operator's Manual 8.5 X 20 Tandem 5,200lb Torsion Axle Car hauler w/ Ramp Door 36"" Camlock Side Door W/ Rv Latch 30"" X 15"" Horizontal Slider Windows With screen or without? without w/o screen White Vinyl Ceiling 12v Deep Cycle Battery W/ BoxHow many Cranking Amps? What group size battery? 710 CCA, Type 24 710 CCA, Type 24 Electric Tongue Jack Spare Tire on White Mod Wheel Tongue Mount Spare Tire Carrier Pair Rear Stabilizer Scissor Jacks 16' Rollout Awning Recessed Wall-mount four D-ringsHow many and where would the D-rings be located? 4 - floor mounted near the fold down table - floor mounted near the fold down table E-track In Walls (2 Rows Each Wall)How long and at where should the tracks be on the walls? The length of the walls less the service door, 24"" from the floor - The length of the walls less the service door, 24"" from the floor 110v to 12v Converter Lights: Rear-rear Loading Lights, Outside Side Lights, Florescent Ceiling, Dome Electrical: Includes 50 Amp Breaker Box, 4 - 110v Interior Recepts, 3 - Fluorescent Lights, Brace and 2 20 Amp Outlets 15,000 Btu Roof Mounted A/c Unit W/ Heat Strip EOC/Staff Package: 9' Al Wall-mounted Fold Down TablesWhat material should these tables be made from? Stainless steel -Stainless Steel 8' Aluminum Overhead Cabinet 4' Overhead Cabinet 4' Base Cabinet W/ Drawer System Rolling Desk ChairsWhat weight capacity, color, material for the chair? 275#, black, metal frame/fabric seat -275#, black, metal frame/fabric seat Mobile Medical CaseWhat type of medical case? And what contents are you needing in there? Storage case - Plastic with wheels & retracting handle. Accommodates spill kits, ratchet straps, chocks and additional logistic support items - Storage case - Plastic with wheels & retracting handle. Accommodates spill kits, ratchet straps, chocks and additional logistic support items Equipment/supply lists: Litter Equipment OrganizerPlease elaborate on what kind of organizer or what kind of litter the organizer should be able to support. The organizer is a steel/expanded metal cart that needs to accommodate a standard NATO litter, pad and straps. - The organizer is a steel/expanded metal cart that needs to accommodate a standard NATO litter, pad and straps. Broom & Dustpan Set Wheel Chuck w/ Reflective Stripe 36""x24"" Dry-erase Board Steel Vinyl Padded Folding Chair 29""x60""x24"" Folding TableWhat material should the table be made of? plastic -Plastic Fire ExtinguisherWhat size fire extinguisher 5 pound -5 lbs Mobile Incident Command Centers (MICC) Complete System (5 Workstations): **See specs in attachment** Red Mobile Incident Command Center Yellow Mobile Incident Command Center Navy Mobile Incident Command Center Green Mobile Incident Command Center Silver Mobile Incident Command CenterAren t these the triage treatment modules you have on under ACQ PLAN 36C249-22-AP-3726? If so, we can remove from this SOW. If not the same modules, then we need more explanation. These are different cases than the Triage & Treatment. These cases are designed to facilitate command, control and communications ..see spec sheet. Workstation: Adjustable laptop stand (without Laptop)What material made of? Is it mounted to the wall? Should it be able to swivel out? Stand is mounted to the work surface. It swivels and has articulating joints. It is made of aluminum and plastic. - Stand must be mounted to the work surface. Stand must swivel and has articulating joints. Must be made of aluminum and plastic. Side panel tableWhat material? What size? Mounted to wall? Fold down or stationary? The table is the front of the case that detaches and doubles as a free-standing table - 35"" x 43"". Constructed of ABS laminate surface and aluminum legs - The table is the front of the case that detaches and doubles as a free-standing table - 35"" x 43"". Constructed of ABS laminate surface and aluminum legs Shelves w/ Built in Electrical Stainless Steel Draws All locks and fasteners Equipment/supply lists: Data & Power HubSize, how much power output? Hub includes two 15 Amp 120V receptacles and four USB ports - Hub includes two 15 Amp 120V receptacles and four USB ports Overhead light Inlay map/doc boardSize? 42"" x 19"" -42"" x 19 Two Easy boardsSize? 23"" x 18"" -23"" x 18"" Installation Considerations: 1.4.1 N/A Support Features: 1.5.1 No additional training or support shall be needed for this equipment. 6 Warranty: 1.6.1 Equipment Warranty: The equipment contained in this contract shall come with a standard one-year warrant that begins at delivery acceptance. After this time period the facility is responsible for maintenance of these items in conjunction with the OEM. 1.6.2 Third Party Product Warranty: No Third-party warranty will be accepted on this equipment. 1.6.3 Supply and Accessory Warranty: Customer shall be able to return supplies and accessories that are new and unopened packaging within one-year of acceptance. 1.7.2 Delivery materials in manufacturer s original sealed containers with brand name marked package to prevent damage or deterioration during shipment, handling, storage, and installation. 1.7.3 Prior to shipment of any equipment the contractor will coordinate with the facility to ensure equipment shipping is ready for acceptance, and ensure a smooth, staged installation process. End Statement of Work Delivery shall be provided (after receipt of order)______________________ All or none FOB destination Place of Delivery Address: Department of Veterans Affairs Memphis VA Medical Center 1030 Jefferson Avenue Memphis, TN Postal Code: 38104 Country: UNITED STATES ATTN: Michael Cain, Emergency Management, Engineering Service (138) 1030 Jefferson Ave Memphis, TN 38104 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 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: 1) Technical Quotes must contain specifications of trailers with and contain all items as specified in solicitation and estimated delivery date after receipt of order. 2) Past Performance -Quotes must include evidence of past performance. 3) Price Quoters must complete highlighted columns (O, AE, AM, AO, BY, CF, CG) of attached excel spreadsheet and submit with quote. Quoters shall not delete or remove any information from the excel spreadsheet. Technical and past performance, when combined, are More important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2022) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) (15 U.S.C. 657f). 52.219 28, Post-Award Small Business Program Rerepresentation (SEP 2021) (15 U.S.C. 632(a)(2)). 52.222 19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). 52.225-1, Buy American Supplies (NOV 2021) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.229 12, Tax on Certain Foreign Procurements (FEB 2021). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). All quoters shall submit the following: Quote with item part number if different than Vericor brand. Letter of Authorization to distribute submitted product in quote. Brochure/information with specifications of proposed equipment. A completed excel spreadsheet with highlighted columns completed. Delivery shall be provided (after receipt of order)______________________ All quotes shall be sent to the Contracting Officer Phon Phasavath at Phon.phasavath@va.gov. 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: 1) Technical 2) Past Performance 3) Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Quotes shall be emailed to the Contracting Officer with the subject line Emergency Response Trailer and Accessories in the subject line. Quoter shall not remove any details contained in the excel spreadsheet. Quoter shall submit Letters of Authority to distribute the quoted product. Quoter shall not submit any grey market items as part of quote. Quoter shall provided delivery date (after receipt of order) 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 not later than 08:00 CST on 09/12/2022 at Phon.phasavath@va.gov. Quotes shall be emailed to the Contracting Officer with the subject line Emergency Response Trailer and Accessories in the subject line. 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 Point of Contact listed below. Point of Contact Contracting Officer Phon Phasavath, 615-225-3416, Phon.phasavath@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/371e3f45b3344861a77e136c6e40765d/view)
 
Place of Performance
Address: Department of Veterans Affairs Memphis VA Medical Center 1030 Jefferson Avenue, Memphis, TN 38104, USA
Zip Code: 38104
Country: USA
 
Record
SN06446530-F 20220901/220830230127 (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.