SOLICITATION NOTICE
65 -- Powered Stair Chair (Brand Name or Equal) Cincinnati VAMC
- Notice Date
- 4/24/2025 11:31:01 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
- 36C25025Q0424
- Response Due
- 3/31/2025 1:00:00 PM
- Archive Date
- 05/15/2025
- Point of Contact
- Barbara Robertson, Contracting Specialist, Phone: (513)861-3100
- E-Mail Address
-
Barbara.Robertson@va.gov
(Barbara.Robertson@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Attachment 1: 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 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 2025-03. This solicitation is set-aside for small businesses for brand name or equal supplies/equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Furniture, Hospital, Specialized (e.g., Hospital Beds, Operating Room Furniture), Manufacturing, with a small business size standard of 800 Employees. The Product Service Code (PSC) is 6530, Hospital Furniture, Equipment, Utensils, and Supplies. The Department of Veterans Affairs, Cincinnati VA Medical Center (CVAMC) located at 3200 Vine Street, Cincinnati, OH 45220-2213 is seeking to purchase a brand name or equal Stryker Xpedition Powered Transport Chair. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 1 625705550002 - Stryker Xpedition Powered Stair Chair High Configuration 1 Each 2 650700450301 - ASSEMBLY, BATTERY CHARGER 1 Each 3 650700450102 - ASSEMBLY, POWER CORD, NORTH AMERICA 1 Each 4 Shipping Cost to: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, OH 45220-2213 1 Each TOTALS: STATEMENT OF WORK (SOW) 1. Contract Title. Xpedition Powered Stair Chair 2. Background. The Cincinnati Veterans Affairs Medical Center (CVAMC) Primary Care Section Emergency Medicine Department is requesting to procure (1) one brand name or equal Xpedition Powered Stair Chair for use in the Emergency Ambulance Service (EAS) area. 3. Scope. This equipment will be utilized at the CVAMC Primary Care Section s main campus in conjunction with the Emergency Ambulance Program. One ambulance is already on station awaiting activation, with another scheduled to arrive in the Spring of 2025. The goal of this procurement is to provide safe, efficient care for current and future Veterans. The powered stair chair will reduce patient tip back while being transported on the stairs. In combination with Stryker's patient containment system, it will assist the staff with improving patients psychological and physical safety. Additionally, it allows caregivers to move patients safely and ergonomically up and down stairs, utilizing a powered track to help decrease the risk of caregiver injury and fatigue. Integrated head end and foot end lights allows emergency responders to easily see the environment around them and their patients during transport. 4. Specific Tasks. Contractor shall provide the following brand name or equal items: 625705550002 - 6257 XPEDITION HIGH CONFIG Quantity of 1 Each 650700450301 - ASSEMBLY, BATTERY CHARGER Quantity of 1 Each 650700450102 - ASSEMBLY, POWER CORD, NORTH AMERICA Quantity of 1 Each The Xpedition Powered Chair must be compatible with existing Stryker brand equipment used at the facility. It maintains the same folded storage footprint as Stryker s Stair-PRO stair chair while increasing the width of the seat pan, allowing for use with a wider range of patients. It has an enhance visibility with an intuitive user interface, backlit indicator buttons and bright lights. Two ""go"" buttons and multiple speed options allow the caregiver to customize their approach. Stryker's Xpedition Powered Chair and Power-PRO 2 powered ambulance cot share the same universal lithium-ion battery and battery charger which eliminates the need to purchase additional batteries and chargers. The large wheels on the unit are capable of navigating a variety of terrains and environments. The design also helps prevent damage to staircases with a flexible belt that conforms to stairs for maximum traction. It easily maneuvers over obstacles and transitions to stairs with improved track ground clearance. 5. Performance Monitoring. The CVAMC Biomedical Service will inspect all equipment upon arrival to ensure safety requirements are met. Annual maintenance will be performed by the Biomedical Service when required in Maximo. 6. Security Requirements. The equipment will not connect to the VA Network. No access to patient information will be necessary. The C&A requirements do not apply, and a Security Accreditation Package is not required. A signed VA Handbook 6500.6, Appendix A document is on file. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE / GFI is required with this contract. 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. None at this time. b. Identification of Potential Conflicts of Interest (COI). None at this time. c. Identification of Non-Disclosure Requirements. None at this time. d. Packaging, Packing and Shipping Instructions. Vendor will need to ensure all equipment ordered is delivered to the CVAMC Warehouse, 3200 Vine Street, Cincinnati, OH 45220-2213. The label and packing slip must include the purchase order number. 9. Risk Control. None at this time. 10. Place of Performance. All equipment will be delivered to CVAMC Warehouse, 3200 Vine Street, Cincinnati, OH 45220-2213. After Biomed safety inspection and acceptance, the equipment will be delivered to the CVAMC, EAS Section / Mobile VA Ambulance, Attention: Michael Salter, Supervisory Paramedic. 11. Period of Performance. Delivery is expected 45 days after receipt of order (ARO), items have been delivered, inspected and accepted by the facility. 12. Delivery Schedule. Delivery FOB destination. Equipment will be delivered to the facility during normal business hours. Monday Friday, 8:00AM 4:00PM EST. No delivery on Federal holidays. Any unexpected delays must be communicated to Dustin Hill, and the Contracting Officer. (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 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits a� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the� acquisition Is set aside for small business and has a value above the� simplified acquisition threshold; or Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� quoter� waives the price evaluation preference; or Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ) at or before the exact time specified.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� RFQ. As a minimum,� quotes� must� show � � � � � � � � � � � (1)� The� solicitation number; � � � � � � � � � � � (2)� The time specified in the� solicitation� for receipt of� quotations;� � � � � � � � � � � (3)� The name, address, and telephone number of the� quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; � � � � � � � � � � � (5)� Terms of any express� warranty; � � � � � � � � � � � (6)� Price and any discount terms; � � � � � � � � � � � (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� quoter� shall� complete electronically); � � � � � � � � � � � (9)� Acknowledgment Request for Quotation amendments; (10)� Past performance� will not be considered in simplified acquisition procurements. (11)� Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� quoter� agrees to hold the prices in its� quote� firm for 30 calendar days from the date specified for receipt of� quotes unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� quotes. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� are due. (2)� Any� quotation received at the Government office designated in the� solicitation� after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� (CO) determines that accepting the late� quotation� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotations cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of� quotes will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the� best terms from a price and technical standpoint. However, the Government� may� reject any or all� quotes� if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h)� Multiple awards. The Government� may� issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation by specific limitations. Unless otherwise provided in the Schedule,� quotations� may� not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quotation. � � � � � � (1)� Availability of requirements documents cited in the� solicitation. (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (j)� Unique entity identifier (UEI). Applies to all quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� solicitation� requires the contractor to be� registered in the System for Award Management (SAM).) The� quoter� must� enter, in the block with its name and address on the cover page of its� quote, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� quoters name and address. The� quoter� also� must enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� UEI. The suffix is assigned at the discretion of the� quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� quoter� does not have a UEI, it� should� contact the entity designated at� www.sam.gov� for� UEI� establishment directly to obtain one. The� quoter� should� indicate that it is a� quoter� for a government contract when contacting the entity designated at� www.sam.gov� for establishing the� UEI. (k)� [Reserved] (l)� Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2024) 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. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025) FAR 52.225-1, Buy American Supplies (Oct 2022) VAAR 852.212-71, Grey Market and Counterfeit Items (Feb 2023) VAAR 852.212-72, Grey Market and Counterfeit Items Information Technology Maintenance Allowing Other-than-New-Parts (Feb 2023) VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (Nov 2022) 852.219-76� VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products. As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products (NOV 2022) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in - check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) � Manufacturer or producer.� The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) � Nonmanufacturer.� The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in - check each box below.] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g) (1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification [Offeror fill in below] I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) VAAR 852.239-71, Information System Security Plan and Accreditation (Feb 2023) VAAR 852.239-75, Information and Communication Technology Accessibility Notice (Feb 2023) VAAR 852.239-76, Information and Communication Technology Accessibility (Feb 2023) VAAR 852.273-70, Late Offers (Nov 2021) All Offerors shall submit the following: Pricing quote with estimated schedule for delivery, and VAAR 852.219-76 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products and copy of OEM s Authorized Distributor Letter (if applicable). 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: Price, technical capabilities, product support, warranty/extended warranty, and speed of delivery. 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 4:00PM EST on Monday, March 31, 2025, at Barbara.Robertson@va.gov. No submission received after the above-mentioned date and time will be accepted. When responding to this announcement, respondents should include ""RFQ 36C25025Q04243 Powered Stair Chair in the subject line. 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 by 12:00PM EST on Wednesday, March 26, 2025. Responses will be posted by 12:00 PM EST on Thursday, March 27, 2025. No telephone calls will be accepted. Point of Contact: Barbara Robertson, Email: Barbara.Robertson@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/95cc3d77821743aaba33c44f15c112f2/view)
- Place of Performance
- Address: Department of Veterans Affairs Cincinnati VA Medical Center 3200 Vine Street, Cincinnati, OH 45220-2213, USA
- Zip Code: 45220-2213
- Country: USA
- Zip Code: 45220-2213
- Record
- SN07421108-F 20250426/250424230053 (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 |