Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
DOCUMENT

65 -- Supply - GI Exam Tables - Attachment

Notice Date
8/19/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26116Q1002
 
Response Due
8/24/2016
 
Archive Date
9/3/2016
 
Point of Contact
Christopher Rodriguez
 
E-Mail Address
3-4504<br
 
Small Business Set-Aside
N/A
 
Description
Table of Contents SECTION B2 B.1 PRICE/COST SCHEDULE2 Item Information2 B.2 FOB POINT: Destination3 B.3 DELIVERY SCHEDULE3 SECTION C3 C.1 INSTRUCTIONS TO OFFERORS3 C.2 SALIENT CHARACTERISTIC5 ? This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This requirement is posted as a Small Business Set-Aside, however if there are two or more Service Disabled Veteran Owned Small Business (SDVOSB)/ Veteran-Owned Small Business (VOSB) manufacturers or authorized dealers, the requirement will be set-aside for SDVOSBs/ VOSBs. SDVOBs/VOSBs not listed in https://www.vip.vetbiz.gov/ are considered non-responsive and price quotations will not be evaluated. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price, delivery included, considering verified SDVOSB/VOSB sources (FAR 52.212.2 Evaluation factors). The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT August 24, 2016 will be considered by the Government. The NAICS code is 334516 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA San Francisco Healthcare System 4150 Clement Street San Francisco, CA 94121-1545 requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Midmark 625 Barrier-Free Power Exam Table w/receptacles, pelvic tilt, drawer heater, digital scale, USB hub, wireless controls LOCAL STOCK NUMBER: 625-004 6.00EA____________________________________ 0002Upholstery Top - 28" wide premium LOCAL STOCK NUMBER: 002-0874-XXX6.00EA____________________________________ 0003Patient Support Rails, rails only, pair, field installed LOCAL STOCK NUMBER: *9A5610016.00EA____________________________________ 0004Patient Support Rail Receivers, pair, plant installed LOCAL STOCK NUMBER: *9A5850016.00EA____________________________________ GRAND TOTAL__________________ B.2 FOB POINT: Destination B.3 DELIVERY SCHEDULE ITEM NUMBERQUANTITYDELIVERY DATE ALLVA Northern CA Health Care System 10535 Hospital Way Mather, CA 95655-4200All Quantities30 DAYS ARO SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 1:00 PM PDT August 24, 2016. Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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 factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21,22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72Electronic Submission of Payment Requests (November 2012) FAR 52.252-1Solicitation Provisions Incorporated by Reference (FEB 1998)http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.211-6Brand Name or Equal (August 1999) C.2 SALIENT CHARACTERISTIC Brand Name or Equal Brand Name Item: Midmark 625 Power Examination Table Essential/significant physical, functional, or performance characteristics. "Exam table lowers to 18 inches from the floor. "37 inches the highest position from the floor. oHeight position eliminates strain on physicians and staff backs. "Smooth patient positioning with minimal effort using the foot control. "Power back System "Require Patient Support Rails on both sides with quick disconnect tool-ess. "Built in digital scale "Hideaway stirrups that lock in one of the four lateral positions. "Foot extension shelf to expand the table length. "Chair position or flat table position required at any height "Paper roll holder hidden under headrest "Storage for four 21 x 3.5 diameter paper rolls "polystyrene treatment pan "Heated Drawer "650 lb. weight capacity "76" or longer patient surface with slide-out footrest extended a)Patient Weight Maximum: 650 lbs. b)Dimensions - c)Weight- with upholstery: 325 lbs. d)Power Cord: 8 feet long e)Foot control voltage: 14 VAC, SELV (Safety Extra Low Voltage) f)Duplex receptacle: 115 VAC 50/60 Hz. g)Classifications: Class 1 Type B, Applied Part. h)Purpose - To allow for adequate and comfortable patient seating and positioning for medical examinations. 2)Complete generic identification - Patient examination table with built in scale 3)Applicable model/make/catalog number - Midmark 625 4)Manufacturer name - Midmark 5)Power Requirements- 120VAC, 50/60 Hz.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26116Q1002/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-Q-1002 A00001 VA261-16-Q-1002 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2956238&FileName=VA261-16-Q-1002-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2956238&FileName=VA261-16-Q-1002-A00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Northern CA Health Care System;10535 Hospital Way;Mather, CA  
Zip Code: 95655-4200
 
Record
SN04231897-W 20160821/160819234416-ab003da2c65eac93e8cf8bde191391b4 (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.