Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2023 SAM #7929
SOLICITATION NOTICE

65 -- Equipment - POWERED WHEELCHAIRS - Chillicothe

Notice Date
8/11/2023 11:03:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q0950
 
Response Due
8/20/2023 8:00:00 PM
 
Archive Date
09/19/2023
 
Point of Contact
Lisa Claytor, Contract Specialist, Phone: 740-773-1141 x 19003
 
E-Mail Address
lisa.claytor2@va.gov
(lisa.claytor2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items 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 (36C25023Q0950). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. This solicitation is a Small Business Set Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Attendant Control Power Wheelchairs with a small business size standard of 800. The FSC/PSC is 6515. The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 is seeking to purchase Attendant Controlled Power Wheelchairs. All interested companies shall provide quotations for the following: THIS IS A BRAND NAME ONLY PURCHASE REQUEST. BRAND NAME: Invacare Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 7.00 EA INVACARE AVIVA STORM RX-20 BASE FOR REHAB SEAT SYSTEM - REGULAR LOCAL STOCK NUMBER: SRX20R 0002 4.00 EA INVACARE TDX SP2 HD BASE FOR REHAB SEATING SYSTEM - BARI LOCAL STOCK NUMBER: TDXSP2HD The vendor shall supply brand new Attendant Controlled Power Wheelchairs. 4.1 Task 1-Furnish the following: 4.1.1. Base for Rehab Seating System Seat To Floor Height: 18.75"" User Weight < 400lbs Wheelchair Transport Brackets 14"" x 3"" Black Tires w/Gel Foam Inserts Double-Sided Fork Package Standard Base Width 110 Volt Battery Charger Black Ice Glossy Frame Finish Black Ice Glossy Rim Insert LED Non-Expandable Remote Rovi Attendant Joystick Mount, Angled Right Motion Dual USB Charging Adapter Maxx Bariatric Rehab Seat Push Button Style Seat Belt 71"" Seat Width and Ultra Rail Adjustment (22-26""W) Set at: 26""W Seat Depth and Ultra Rail Adjustment (19-23""D) Set at: 20""D MaTRx PS Heavy Duty Cushion Fits W: 26"" x D: 20"" OMIT: Headrest Standard Tilt Back Canes: 18""H (pr) Back Cane Angle: 95° Finished Back Height for Tilt Systems: 20"" Standard Rehab Back and Back Cushion 26""W x 16""H Adult Dual Post Adj Ht Arms w/ Quick Ht Adj Lever: 12.75 - 15.75"" (pr) Flat Pouch (pr) (L) Armrest Tube Full Length (R) Armrest Tube Full Length (L) Waterfall Armpad: Full Length 2.25"" x 14"" (R) Waterfall Armpad: Full Length 2.25"" x 14"" Heavy Duty 70° Swing Away Footrests (pr) Receivers: Flared Outward 1"" Seat Pan to Footplate: 13-17"" (L) Adjustable Angle Footplate: XL 9""W x 11""D (R) Adjustable Angle Footplate: XL 9""W x 11""D (L) Heel Loop E0951 (R) Heel Loop E0951 Non Articulating O2 Gas Holder: Cylinder Style SLD G MK Group 24 Battery Seat To Floor Height: 18.25"" User Weight < 300lbs Standard Base Width Wheelchair Transport Brackets 14"" x 3"" Black Tires w/Gel Foam Inserts 8"" x 2.5"" Black Casters w/Solid Inlay 110 Volt Battery Charger Obsidian Black Frame Finish Obsidian Black Rim Insert LED Non-Expandable Remote Rovi Attendant Joystick Mount, Angled Right Ultra Low Maxx Rehab Seat Seat Width and Ultra Rail Adjustment (16-20""W) Set at: 20""W Seat Depth and Ultra Rail Adjustment (16-21""D) Set at: 18""D MaTRx PS Cushion Fits W:19-20"", D:18-19"" Push Button Style Seat Belt 60"" OMIT: Headrest Maxx Style Back Spreader Bar Standard Tilt Back Canes: 18""H (pr) Back Cane Angle: 95° Finished Back Height for Tilt Systems: 18"" // 3"" GAP REQUESTED Standard Rehab Back and Back Cushion 20""W x 15""H Adult Dual Post Adj Ht Arms w/ Quick Ht Adj Lever: 9.75 - 12.75"" (pr) Flat Pouch (pr) (L) Armrest Tube Full Length (R) Armrest Tube Full Length (L) Waterfall Armpad: Full Length 2.25"" x 14"" (R) Waterfall Armpad: Full Length 2.25"" x 14"" Invacare 70° Swing Away Footrests (pr) Composite Footplates Non Articulating O2 Gas Holder: Cylinder Style MK Group 24 Battery, Flat Top 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 (Nov 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 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 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 (DEC 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Nov 2021) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition Of Commercial Items (APR 2020) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) 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 award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. 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 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: Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. 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. 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 11:00 pm local time, August 20, 2023, at lisa.claytor2@va.gov 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 Lisa Claytor Contract Specialist Network Contract Office (NCO) 10 Office: 740-773-1141 x 19003 Email: lisa.claytor2@va.gov Delivery Instructions: All deliveries shall be made to: Chillicothe VA Medical Center, 17273 State Route 104, Chillicothe, Ohio 45601. The type of delivery order will be specified when the order is placed. Delivery shall be FBO destination provided 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, OH 45601
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33ed2460f746464995a89dcf3a6613a2/view)
 
Place of Performance
Address: Department of Veterans Affairs Chillicothe VA Medical Center 17273 State Route 104, Chillicothe, OH 45601, USA
Zip Code: 45601
Country: USA
 
Record
SN06787558-F 20230813/230811230101 (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.