Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2023 SAM #7935
SOLICITATION NOTICE

65 -- Handrail Scale w/ID Display and Height Measurement

Notice Date
8/17/2023 5:58:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24723Q0986
 
Response Due
8/24/2023 9:00:00 AM
 
Archive Date
10/28/2023
 
Point of Contact
Darius Crane, Contracting Officer, Phone: 834-789-6528
 
E-Mail Address
darius.crane@va.gov
(darius.crane@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 8 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 a BRAND NAME OR EQUAL (IAW THE SALIENT CHARACTERISTICS) RFQ for Small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 effective December 30, 2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a small business size standard of 1000 employees. The FSC/PSC is 6515 | Medical and Surgical Instruments, Equipment, and Supplies The Ralph H. Johnson VA Medical Center is seeking to purchase an EMR-Validated Handrail Scale with ID-Display manufactured by SECA or an Equal that meets or exceeds the salient characteristics. All interested companies shall provide quotes for the following: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 EMR: VALIDATED ULTRASONIC MEASURING STATION WITH ID-DISPLAY AND HANDRAIL, INCLUDING DIGITAL FLAT SCALE, DIGITAL ULTRASONIC MEASURING ROD AND HANDRAIL LOCAL STOCK NUMBER: ONIHMIUTNN 5.00 EA __________________ __________________ GRAND TOTAL *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. New Scale with Handrail and Height Measure device Salient Characteristics Product Properties Display shows user and patient names or IDs for increased patient safety. Outstanding precision and high-speed measuring by ultrasound technology. Large platform made of tested Bear-claw type glass for absolute breakage resistance and perfect hygiene. Illuminated LED footprints in the weighing platform show patients the correct standing position for accurate height measurement by use of an ULTRASONIC READER. Digital Voice guidance to support the measurement process. Safe weighing with a stable handrail attached. Convenient transport with LARGE quiet rubber wheels. Electronic Medical Record (EMR) validated: transmit measured data directly to any electronic medical record system or a printer. Key-Technical Data Net weight: 63.9 lbs. / 29.0 kg Product width: 31.5 inch / 801 mm Product height: 94.0 inch/ 2,387 mm Product depth: 25.6 inch / 650 mm Graduation: 50 g / 0.1 lbs. Capacity: 360 kg / 800 lbs. Height Measuring range: 100 220 cm / 40 87"" Height Graduation of measuring range tolerance: 1 mm or 1/8"" increments. Bottom Scale specifications The SCALE Platform size must be at least 23.6"" (L) x 2.8"" (H) x 18.4"" (W) HANDRAIL Specification Attached Handrail must be no less than the following dimensions: 31.5"" (W) x 25.7"" (D) x a graduated slope from 40.0 to 50.4"" (H) elliptical connecting top rail as imaged below. POWER Supply Must be USA 110 volt/20amp compatible. Total Unit Specifications Overall unit weight with attached wheels must be less than 75 pounds and similar configuration as pictured below. DATA and DISPLAY Readout Functions include the following: EMR-validated. Wi-Fi Capable-WLAN Acoustic signals can be activated. Dampening Auto-BMI Auto CLEAR Auto-HOLD Auto-Calibration Extra rugged Confirm button. CLEAR Adjustable damping Backlighting HOLD cm/inch switch-over Mother child function Pre-TARE RESET TARE Display of user and patient name or ID Display date of birth patient Rotatable and tiltable display Standby mode Ethernet ability Touchscreen lbs./kg switch-over Auto-BSA (Body surface area) Customizable shortcut buttons STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Purchase of Electronic Medical Record (EMR)-Validated Scales with ID-Display, Handrail and Ultrasonic Height. 2. Scope of Work: To purchase five (5) EMR-Validated Scales with ID-Display, Handrail and Ultrasonic Height Measurement for the Specialty Clinic at the Ralph H. Johnson VA Medical Center. These EMR-Validated devices will be used by the Clinicians to easily transmit measured data through the touchscreen display, eliminating transcription errors. 3. Background: The EMR-Validated Handrail Scale with ID-Display is a weighing scale that couples an accurate measurement protocol with patient safety and ease of data transmission. The scale can carry up to 360 kg or 800 lbs. The heavy-duty platform is shatterproof, hygienic, and easy to clean. The integrated handrails guarantee additional support to patients with limited mobility and strength. 4. Performance Period: The period of performance is FY23. Work at the government site shall not take place on Federal holidays or weekends. 5. Type of Contract: Firm-Fixed-Price B. CONTRACT AWARD MEETING (IF APPLICABLE) N/A C. GENERAL REQUIREMENTS 1. Contractor will deliver five (5) EMR-Validated Scales with ID-Display, Handrail and Ultrasonic Height Measurement. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Statement of Required Goods/Deliverables: The contractor shall provide the specific deliverables described below within six weeks following the purchase. Five (5) each EMR-Validated Scales with ID-Display, Handrail and Ultrasonic Height Measurement to the Logistics Warehouse at 313 Pacific St., North Charleston, SC 29418. E. SCHEDULE FOR DELIVERABLES 1. Equipment is to be delivered within six weeks following order placement. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. REPORTING REQUIREMENTS This is for the purchase and installation of equipment. H. TRAVEL [If applicable] N/A I. GOVERNMENT RESPONSIBILITIES [If applicable] N/A J. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL All persons employed by the contractor shall be competent, skilled, and qualified in the performance of the work to which assigned. K. SECURITY The A & A requirements do not apply, and a Security Accreditation Package is not required. Place of Delivery Name: Ralph H. Johnson VA Medical Center Address: RHJVAMC WAREHOUSE 3130 PACIFIC STREET North Charleston, SC 29418-5799 End of Statement of Work 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 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2002) FAR 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) Offers must complete annual representation and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with paragraph (j) of the provision is appliable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2021) VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) VAAR 852.219-76 Limitations on Subcontracting Monitoring and Compliance (NOV 2022) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) The following subparagraphs of VAAR 852.203-70 are applicable: 852.203-70, Commercial Advertising 852.219-76 Limitations on Subcontracting Monitoring and Compliance (NOV 2022) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) FAR 52.212-5 Contract Terms and Conditions 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 subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.219-33 Nonmanufacturer Rule (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (DEC 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American--Supplies (OCT 2022) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018] All offerors shall submit the following: BASIS FOR AWARD: The Government will select the quote that is the lowest price technically acceptable that represents the best benefit to the Government at a price determined to be fair and reasonable. Responses should contain your best, terms and conditions. Once the Government determines there is a contractor(s) that can provide equipment that meet(s) the requirements of the salient characteristics stated in this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues. Quotes/offerors that do not provide an adequate description of how the product meets or exceeds the requested item(s) will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: (a) If you are quoting/offering ""or equal"" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. (b) If you are quoting/offering ""or equal"" items, the offeror must clearly identify the exact make, model, manufacturer, and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the ""equal"" product meets the salient characteristics will not be considered for award. (c) Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Darius Crane at darius.crane@va.gov. Please ensure you title subject line of your emailed queries with the solicitation number and name for ease of identity i.e. 36C24723Q0986 EMR VALIDATED HANDRAIL SCALE . No later than August 21, 2023 @ 12:00 P.M. EST No phone calls shall be accepted. Submission of your response shall be received no later than August 24, 2023 @ 12:00 P.M. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contracting Officer Darius Crane at darius.crane@va.gov no later than the date and time listed. Please ensure you title subject line of your emailed quote with the solicitation number and name for ease of identity i.e. 36C24723Q0986 EMR VALIDATED HANDRAIL SCALE .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0f5b2aeade1463eb7e2927653b62a59/view)
 
Place of Performance
Address: Department of Veterans Affairs Ralph H. Johnson VAMC RPOE NCO 07 109 Bee Street, Charleston, SC 29403-5799, USA
Zip Code: 29403-5799
Country: USA
 
Record
SN06795870-F 20230819/230817230053 (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.