Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOLICITATION NOTICE

65 -- Power Drive Stretchers for Albany VA Medical Center

Notice Date
12/19/2024 6:54:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0190
 
Response Due
12/26/2024 7:00:00 AM
 
Archive Date
12/29/2024
 
Point of Contact
Morgan.Weeks1@va.gov, Morgan Weeks, Phone: (607) 664-4708
 
E-Mail Address
Morgan.Weeks1@va.gov
(Morgan.Weeks1@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Department of Veterans Affairs on behalf of the VAMC Albany has a BRAND NAME OR EQUAL requirement for Graham Field / Hausted 5E82 Surgi-Eye Stretcher, Standard and Wide models (Brand Name or Equal). The Government is looking to purchase 5 Surgi eye Stretchers (3 standard width, 2 wide width). This requirement is set aside for small businesses (SB). All verified SB vendors meeting the standard of an acceptable source under the terms of either a manufacturer or authorized distributor are encouraged to provide a bid. All vendors are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov. All vendors claiming authorized distributor status must provide a letter from the manufacturer. Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2, and utilizing the evaluation factors of price and delivery / installation schedule (see clauses below). Items listed in this requirement; Four wheel brake and steer with electric casters system Base cover with built in O2 tank holder and ample storage space 3-Stage Telescoping I.V. pole [permanently mounted at foot] Stainless steel Retracto® Side Rails with rail caps Low profile articulating head piece with dual operating control knobs Room under head area of stretcher for the surgeons knees while they operate Comfort mattress and head pad Hand held controls: Height Adjustment Trendelenburg/Reverse Trendelenburg Backrest Adjustment Knee Flex Adjustment Auto Contouring Adjustment Emergency Backrest Release to override electric/battery Battery back-up allows power functions when not plugged in Articulating head piece with dual operating knobs allow infinite adjustability and precise microscopic movement of the head section Designed with a low-profile head piece allowing site access for both superior (over brow) and lateral (side approach) procedures Battery powered stretcher with easy to use interactive hand pendant. Leg flex operated controls are available for height adjustment, backrest, leg section, and Trendelenburg/Reverse Trendelenburg Dimensions, size, capacity: 30"" PATIENT SURFACE W/KNEE FLEX, RETRACTO RAILS & BASE COVER, 22�-40� Principles of operation: WIDE ELECTRIC/BATTERY POWERED STRETCHER W/LOW PROFILE ARTICULATING HEAD SECTION ****Accessories**** ASSY, STRETCHER PAT. TRAY - QTY 5 HEAD PAD 4"" BASE/ 6"" W/LAT SUP - QTY 5 Other pertinent information that describes the item, material or service required: The system must include the following components for acceptance: Weight compacity 800 LBS 30 Wide Patient Surface w/ knee flex Integrated power propulsion system Articulating head Section Mounted Foot end & Safety Strap w/ Buckle Standard model width of 32 , and Wide model width of 37 This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion. Delivery shall be quoted Free on Board (FOB) to the Department of Veterans Affairs, Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 CLAUSES ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Price Delivery and Installation Schedule Past Performance Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for completed installed job. 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. CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. FAR 52.212-3 Offeror Representations and Certifications Comm Products and Comm Services. FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services. Responses to this notice must be submitted in writing via email to Morgan.Weeks1@va.gov and must be received not later than Thursday December 26th, at 10:00 AM. No telephone inquiries will be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cee1fbe7022f45d89a21f167683ec010/view)
 
Place of Performance
Address: Albany Stratton VA Medical Center 113 Holland Ave, Albany 12208
Zip Code: 12208
 
Record
SN07297898-F 20241221/241219230117 (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.