DOCUMENT
N -- VA250-15-Q-0045 Transport Chairs - Attachment
- Notice Date
- 11/24/2014
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25015Q0045
- Response Due
- 12/15/2014
- Archive Date
- 2/13/2015
- Point of Contact
- Christopher A. Callihan Contract Specialist
- E-Mail Address
-
lthcare
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Change to: FAR Subparts 12.6 and 13.5 - Test Program for Certain Commercial Items, and, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-14-Q-0045 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This is a Small Business Set-aside and the associated NAICS code is NAICS 339113 Surgical Appliance and Supplies Manufacturing and small business size standard is 500 employees. The requirement is for 100 Transport chairs. Delivery location is the Louis Stoke Cleveland Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, OH 44106-1702. Delivery should be within 30 calendar days of receipt of a purchase order. TECHNICAL REQUIREMENT: Transport Chairs: 1.The chairs must be non-foldable to prevent theft. 2.The chairs must have anti-tip wheels or similar features for patient safety. 3.The chairs must be able to be stacked and nested together to minimize storage requirements, a similar concept to shopping carts. 4.The chair must be able to withstand power washing and not have seams for infection control purposes. 5.The chair must be able to accommodate a load of at least 500 pounds. 6.The moveable parts, such as arm rests and foot rests must be able to swing out of the way to accommodate transferring the patient safely, but not be able to be removed from the chair, to prevent loss of the part. 7.The braking mechanism should not require continual compression by the caregiver/transporter to operate; instead it should be engaged or disengaged with one touch either by the hand or foot. 8.Ingress and Egress should be from the front of the chair, adding to patient safety as this is intuitive to patients/families This is a brand name or equal requirement based on the Stryker Prime TC Patient Transport Manufacturer Part Number 1460-000-000. The schedule below is a representation of this requirement based on the Stryker Prime TC this is not all inclusive and vendors should submit a quote the represents an equal quote specific to their brand. All brand name sellers certify that they are an Authorized Channel or Reseller as of the date of the submission of its quote, and that they have the authorization required to support the product sale, product pricing, and product warranties in accordance with applicable manufacturer authorization requirements. Unless otherwise specified, Sellers warrant that the products are new and in their original packaging and the original equipment manufacturer (OEM) warranties remain in full effect. The Sellers confirm to have sourced all products submitted in this quote from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and the manufacturer's current applicable policies at the time of purchase. All equivalent quotes must submit specs sheets or documentation that will allow for comparison between the quoted item and the requirement(s). Price/Cost Schedule ITEM DESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1PRIME TC SWING AWAY - 1/EA. 100.00EA____________ 2PRIME TC IV UGRIGHT 02 HOLDER 1/EA. 100.00EA____________ 3PRIME TC IV POLE - 1/EA. 100.00EA____________ 4PRIME TC FOLEY BAGS HOOKS - 1/EA. 100.00EA____________ 5MANUAL ( DOMESTIC ) 100.00EA____________ 6Warranty1.00LT____________ GRAND TOTAL______ This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-77. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Warranty and Delivery/Installation Schedule. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.211-73 Brand name or equal 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 15 December 2014 12:00 p.m. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25015Q0045/listing.html)
- Document(s)
- Attachment
- File Name: VA250-15-Q-0045 VA250-15-Q-0045_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1741489&FileName=VA250-15-Q-0045-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1741489&FileName=VA250-15-Q-0045-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-15-Q-0045 VA250-15-Q-0045_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1741489&FileName=VA250-15-Q-0045-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH 44106-1702
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN03581164-W 20141126/141124234919-3f3c2ba7b2e61414b047991bccf51e09 (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 |