SOLICITATION NOTICE
65 -- Scale-Tronix Mobile Scales for the James J. Peters VA Medical Center (Bronx).
- Notice Date
- 6/16/2023 7:20:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24223Q0800
- Response Due
- 6/23/2023 1:00:00 PM
- Archive Date
- 06/26/2023
- Point of Contact
- Jonatan Rondon, Contract Specialist, Phone: 212-686-7500 5588
- E-Mail Address
-
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Effective Date: 03/15/2023 Revision: 01 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 FAC 2023-04, effective date 06/02/2023. This solicitation is set-aside for: Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. The FSC/PSC is 6515. The James J. Peters VA Medical Center is seeking a brand name only acquisition of Scale-Tronix Mobile Scales. All interested companies shall provide quotations for the following brand name requirement: Line # Description Quantity 5002-XX-B 5002 Mobile stand-on scale with standard weight (lb/kg) (X), data port (X) and line cord IEC Plug Type-B (B). Data port for the addition of a printer. 20 Salient Characteristics: Versatile and ideal for high-traffic areas Low-profile platform designed to reduce fall risk Cordless, portable design supports mobility while maintaining balance Run on batteries (cordless) or use optional line cord Never needs zeroing, helps to weigh a continuous stream of patients Allow quick reweighs while patients are still on the scale Quick recall keeps the last reading, even after the patient has left the scale Measures in pounds and kilograms Handrail included helps unsteady patients without affecting readings Technical Specifications: Unit Weight: 60 lbs. Weight Range: 880 lb. / 400 kg Platform Dimensions (Low Profile): Width: 18"" Depth: 19.5"" Height: 1.5"" Accuracy: 0.1 lb. / 100 gm Readout: Digital LED display in pounds and kilograms Power Source: 6 D-size disposable alkaline batteries. Line cord available. Wheels: Heavy-duty rubber wheels Warranty: One year Delivery shall be provided no later than 45 days after receipt of award (ARA). FOB Destination. Place of Performance/Place of Delivery: VA Healthcare System James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468-3904 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 Products and Commercial Services (MAR 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022) 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 Products and Commercial Services. 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 Products and Commercial Services (DEC 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JUN 2023) 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 items: 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)). 852.219-73 VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (Jan 2023). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126).). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) 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 (Oct 2022) (41 U.S.C. chapter 83). All quoters shall submit the following: One (1) Copy. All quotes shall be sent to: Jonatan.rondon@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: Award shall be made to the quoter, whose quotation, offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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 1600 hours EST 06/15/2023 to Jonatan.rondon@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). e-mailed quotes will be accepted. 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 Jonatan Rondon Contract Specialist Network Contracting Office (NCO2) Margaret Cochran Corbin VA Campus 423 East 23rd Street, 14045-W New York, NY 10010 212-686-7500 ex. 5588 Jonatan.rondon@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/324a934c4356446db27abd7da35704e7/view)
- Place of Performance
- Address: VA Healthcare System James J. Peters VA Medical Center 130 West Kingsbridge Rd, Bronx, NY 10468, USA
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN06719173-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 |