Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2024 SAM #8318
SOLICITATION NOTICE

65 -- Sleep Lab Beds

Notice Date
9/3/2024 10:39:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q1020
 
Response Due
9/8/2024 8:59:00 PM
 
Archive Date
10/08/2024
 
Point of Contact
John Tschirhart, Contract Specialist, Phone: 937-267-3952
 
E-Mail Address
john.tschirhart@va.gov
(john.tschirhart@va.gov)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 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 (36C25024Q1020). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06. This solicitation is full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Surgical Appliance and Supplies Manufacturing with a size standard of 800. The FSC/PSC is 6530. 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 Agiliti Sleep Lab Beds. This is a brand name or equal requirement. All interested companies shall provide quotations for the following: Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA IC-M801-03XL Instant Comfort 8 Medical Cover Full XL LOCAL STOCK NUMBER: IC-M801-03XL 0002 4.00 EA 50060400 Sleep Lab Base - Full XL LOCAL STOCK NUMBER: 50060400 0003 8.00 EA 50060360 Side Rail Kit for Adjustable Base LOCAL STOCK NUMBER: 50060360 Salient Characteristics: Adjustable Base is built with medical grade, high-density polyethylene making it extra durable and easy to clean. 850 lb. capacity Sizes: Full XL or Queen Wireless hand control Lockable 4 casters for stability and safety Optional siderails and headboard UL 962 compliant: household and commercial use Sleep Lab Bed features durable materials and air-adjustable comfort to support the unique needs of a busy sleep center. The mattress offers 45 levels of soft/firm adjustability to help provide patients with optimal sleep conditions during their study, while the wipeable top cover and RF-welded seams help protect the integrity of the surface for a longer useful life. The Dayton VA Medical Center Sleep Lab is currently being updated. It was requested new beds that were adjustable to meet veteran's satisfaction. Sleep lab is currently adding an additional room. Delivery Instructions: All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. 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 Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428 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 (SEP 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (MAY 2024) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (DEC 2023) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) 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 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2024) FAR 52.211-6, Brand Name or Equal (AUG 1999) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) FAR52.252-2, Clauses Incorporated by Reference (FEB 1998) 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 11:59pm local time, September 8, 2024, at john.tschirhart@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 John Tschirhart Contract Specialist Network Contract Office (NCO) 10 Office: 937-267-3952 Email: john.tschirhart@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78385d6ba1854c238b1d489e835d8949/view)
 
Place of Performance
Address: Department of Veterans Affairs Dayton VA Medical Center 4100 West Third Street, Dayton, OH 45428, USA
Zip Code: 45428
Country: USA
 
Record
SN07196092-F 20240905/240903230120 (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.