Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2023 SAM #7873
SOLICITATION NOTICE

65 -- Hi-Lo Physical Therapy Tables (Brand Name or Equal)

Notice Date
6/16/2023 12:08:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0736
 
Response Due
6/26/2023 12:00:00 PM
 
Archive Date
07/26/2023
 
Point of Contact
Ronnie Swailes, Contract Specialist, Phone: (202) 745-8000
 
E-Mail Address
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) The solicitation number is 36C24523Q0736 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2023. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be set aside for Service-Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 339112, Medical and Surgical Instruments, Equipment and Supplies and the size standard is 1,000 employees. (v) The Baltimore VAMHCS is seeking to purchase Hi-Lo Physical Therapy Tables and to provide onsite training. This requirement consists of one (1) line item: Product Number Product Description Units of Measure Quantity 3153-x-X 1 Galaxy 5 Section Treatment Table Product features: Fold-down armrests in head section Adjustable head section from +40° to -70° with gas spring Easy access foot switch, accessible from any position around the table 360°, for simple height adjustment. Face hole on head section with removable face hole cover. Adjustable leg section from 0° to 90° with gas spring. Two-layer padding with non-flammable,bio-compatible and scratch resistance upholstery. Powder coated,extremely stable scissor steel frame. 2 side brackets for fixation of stabilization belts and elastic bands. Each 18 Total Seven (7) Galaxy 5 Section Tables sent to Baltimore VAMHCS 10 N. Greene Street, Baltimore, MD 21201 Seven (7) Galaxy 5 Sections Tables sent to Loch Raven VA Medical Center 3900 Loch Raven Blvd, Baltimore, MD 21218 Four (4) Galaxy 5 Section Tables sent to Perry Point VA Medical Center 59 Ave D, Building 11 Perry Point, MD 21902 ESTIMATED DELIVERY: July 31, 2023 STATEMENT OF WORK: PURPOSE: The overall purpose of this requirement is to procure a fleet replacement and standardization for all Hi-Lo physical therapy tables within the VA Maryland Health Care System (VAMHCS)- Perry Point CLC, Loch Raven CLC, and the Baltimore Medical Center. The VAMHCS would like to standardize the current fleet of Hi-Lo tables so that the maintenance and spare parts for the tables is consistent throughout each location. The requirement will account for the procurement of Hi-Lo physical therapy tables with padding, assembly, and validation. The requirement also includes trade-in of all the current Hi-Lo tables that are currently at each location within the VAMHCS. SCOPE: The contractor shall deliver and install the Hi-Lo tables with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The contractor shall deliver the Hi-Lo tables to the Loch Raven CBOC with a small bed truck that has a lift as this location does not have a loading dock. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the Hi-Lo tables to be successfully installed and validated to their full potential. The contractor shall include accessories and consumables that have been detailed on the provided quotes. The contractor shall trade-in all the old Hi-Lo tables that are being replaced by the new equipment being procured from this requirement and give the VAMHCS the appropriate trade-in value. The contractor shall remove all old Hi-Lo tables and mattresses from the rooms and additionally take them off the Veterans Affairs premise at each location and use them for trade-in value. SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to the ones manufactured by Chattanooga. Eighteen (18) Galaxy 5 Section Table Manufacturer: Chattanooga Devices must have a weight capacity of at 500 pounds. Devices must have armrests that can fold down in the head section. Devices must have adjustable head sections that go from +40° to -70°. Devices must have a foot switch that is used for height adjustment on each end of the table. Devices must have a face hole on the head section of the table with a removable face hole cover. Devices must have an adjustable leg section that can go from 0° to 90°. Devices must have padding on the table that is non-flammable, biocompatible and scratch resistant upholstery. Devices must have a bracket on each side for fixation of stabilization belts and elastic bands. Devices must have a safety switch or key and come with 2 keys. Devices must have electric powered lift adjustment capability. Devices must have center-locking brake system. Devices must be able to lower to at least 21 inches off the ground and raise to 40 inches high off the ground. Devices must have slip resistant feet to allow for leveling of the table. Devices must have 4 bidirectional wheels on 4 legs. Devices must be at least 30 inches wide. Accessories IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Assembly of devices and validation. All materials required to assembly the Hi-Lo tables shall be provided by the contractor. Removal of and trade-in of all the old Hi-Lo tables out of the desired rooms and off the Veterans Affairs premise. The contractor will deliver the following quantities of Hi-Lo tables and accessories to the addresses below: Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201 Seven (7) Galaxy 5 Section Tables. Perry Point VA Medical Center, 59 Ave D, Building 11 Perry Point, Maryland 21902 Four (4) Galaxy 5 Section Tables. Loch Raven VA Medical Center, 3900 Loch Raven Blvd, Baltimore, MD 21218 Seven (7) Galaxy 5 Section Tables. TRAINING The contractor shall provide onsite training for the VAMHCS staff. DELIVERY The contractor shall deliver necessary equipment to the Baltimore, Perry Point, and Loch Raven facilities as required in the quantities specified above. The contractor must give VAMHCS staff 3 weeks notice of shipment and delivery of the Hi-Lo tables and accessories. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities along with the old Hi-Lo tables that are being replaced. The contractor must deliver the Hi-Lo tables the Loch Raven location with a small bed truck that has a lift as this location does not have a loading dock. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturer recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff, facilities and engineering staff, and the biomedical engineering staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum the Hi-Lo tables and accessories must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: ___________________________________ ___________________________________ ____________________________________ _____________________________________ b. GOVERNMENT: Contracting Officer 36C245, Ronnie Swailes 50 Irving ST NW Washington DC, 20422 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Invoice shall be submitted upon delivery and receipt of items. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. PAYMENT WILL BE MADE BY FSC e-Invoice Payment Invoice must be submitted electronically http://www.fsc.va.gov/einvoice.asp http://www.fsc.va.gov/einvoice.asp The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ (vii) All material shall be used by Clarksburg VAMC. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the 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. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.252-1, 52.204-7, 52.204-16, 52.211-6, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 852.212-71, 852.242-71, 852.247-71. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1500 on Monday, June 26, 2023. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) Unique Entity Identification Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60b16d356a214d8f867ca06e895f5d31/view)
 
Place of Performance
Address: Baltimore VAMHCS 10 N. Greene Street, Baltimore 21201
Zip Code: 21201
 
Record
SN06719166-F 20230618/230616230109 (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.