Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

65 -- Treatment Table

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, VA Rocky Mountain Consolidated Contracting Center, Department of Veterans Affairs, Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 1110;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA-259-09-RQ-0325
 
Response Due
7/6/2009
 
Archive Date
9/4/2009
 
Point of Contact
Matt AkePhil.Ake1@va.gov<br />
 
E-Mail Address
Contract Specialist
(Phil.Ake1@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.VA Rocky Mountain Network VISN 19 Contracting intends to negotiate a commercial item (FAR Part 12) contract to purchase, for Eastern Colorado Health Care System, Denver Facility, Physical Medicine & Rehabilitation Service located at 1055 Clermont Street, Denver, CO 80220 the following items: Item #1 - Motorized Height Adjustable Treatment Table (28 inches X 80 inches) - [quantity required: two (2)] Characteristics: a) Raised leg and back sections, motorized, b) Height Range - 23.25 inches - 34.75 inches, c) Weight Capacity - 350 lbs, d) Storage Area, e) Pneumatic hand switch. Item #2 - Motorized Height Adjustable Mat Table (6 foot X 8 foot) - [quantity required: three (3)] Characteristics: a) Height Range 18.5 inches - 29.5 inches, b) Weight capacity: 600 lbs, c) Rounded Corners Item #3 - Motorized Height Adjustable Mat Table (4 foot X 7 foot) - [quantity required: one (1)] Characteristics a) Height Range 18.5 inches - 29.5 inches, b) Weight capacity: 600 lbs, c) Rounded Corners Item #4 - Motorized Height Adjustable Bariatric Mat Table (5 foot X 7 foot) - [quantity required: one (1)] Characteristics: a) Height Range 17.0 inches - 39 inches b) Weight Capacity: 1,000 lbs c) Ball bearing casters for movement d) Total lock brakes, directional and rolling (Darco)/both swivel and rolling Item #5 - Total Shipping and Handling Charges (FOB Destination) Please note - The current equipment is royal/dark blue upholstery w/ light grey base. This RFQ is set aside for service disabled veteran owned small business. BID (QUOTATIONS) ON BRAND NAME OR EQUAL, if quoting on an equal, offeror must note that the item is an equal. If bidding on an equal item, offeror must submit full descriptive literature for evaluation by the end user. SHIPPING/DELIVERY/UNLOADING PACKAGE (to be included in quoted price) Delivery and installation must be done on or before August 17, 2009. Standard warranty. FOB destination. Offerors must hold prices firm in its offer for 60 calendar days from the date specified for receipt. Clauses & Provisions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses -- Commercial Items (Feb 2009); 52.212-4: Contract Terms and Conditions -- Commercial Items (Mar 2009); 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2009) [(b)(17), (18), (19), (20), (24) (26) & (32)]; 52.233-1: Disputes (JUL 2002); 52.233-2: Service of Protest (SEP 2006): [Rocky Mountain Network VISN 19 Contracting, 4100 E. Mississippi Avenue, Suite 1110, Glendale, CO 80246]. Incorporated herein are the following VA Acquisition Regulation (VAAR) Clauses & Provisions: 852.211-70: Service Data Manual (NOV 1984). The contractor agrees to furnish two copies of a manual, handbook or brochure containing operating, installation, and maintenance instructions (including pictures or illustrations, schematics, and complete repair/test guides as necessary). Where applicable, it will include electrical data and connection diagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. Unless otherwise specified, the manual furnished shall conform to the standards outlined in 852.211-70. 852.246-70: Guarantee (Jan 2008). The contractor guarantees the equipment against defective material, workmanship and performance for a period of [ ]\1\, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. \2\ 852.211-73: Brand Name or Equal (NOV 1984). (Note: As used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO QUOTERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the quote and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her quote all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the quote proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the quoter proposes to modify a product so as to make it conform to the requirements of the request for quotation, he/she shall: (i) Include in his/her quote a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after date of receipt of proposals to make a product conform to a brand name product referenced in the RFQ will not be considered. 852.270-4: Commercial Advertising (NOV 1984). The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. Instructions, Conditions and Notices to Offerors - Offeror shall provide (1) specifications for equipment offered; (2) a quote (and reference company quote number) for offered equipment, in the form of Unit Price, Extended Price for number of units specified in the schedule above and a Total Price to include shipping. (3) Tax ID number (4) DUNS number (5) socio-economic business classification (6) full mailing address (7) phone and fax number (8) point of contact and e-mail. Address offers to: Matt Ake, Contract Specialist, Rocky Mountain Network VISN 19, 4100 E. Mississippi Avenue, Suite 1110, Glendale, CO 80246. Reference quotation # VA-259-09-RQ-0325 - Treatment Tables. Quotations are due by 3:00 p.m. Mountain Standard Time on July 6, 2009. Electronic (e-mail) quotation submissions will be accepted up to the previously mentioned submission deadline. Award of a firm-fixed price purchase order shall be issued to the responsive, responsible offeror based on capability to meet the qualitative and timeliness (delivery) standards specified herein, at price most advantageous to the Government. Payment shall be made by electronic funds transfer (EFT). For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. Contact Matt Ake at Phil.Ake1@va.gov regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA-259-09-RQ-0325/listing.html)
 
Record
SN01857273-W 20090627/090626000536-beeba07f385204edcac610bacd76b6c9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.