Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

71 -- MICU REPLACEMENT RECLINERS - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
#337214 — Office Furniture (except Wood) 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
VA25017Q0197
 
Response Due
1/16/2017
 
Archive Date
3/17/2017
 
Point of Contact
Danielle Bowman
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a combined synopsis solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Proposals are being requested for Request for Quote (RFQ), VA250-17-Q-0197 for the following: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 (Equal to or better) Wieland 53W981WP SLEEP RECLINER- Recliner requirements Transfer arm, both sides Trendelenburg mechanism bilateral access Bleach cleanable vinyl. PVC free urethanes will not be accepted as an option for upholstery coverings even if approved for bleach cleanabilty. Side tables, flip down Field replaceable parts including heating mechanism, seating covers, ect. Push bar handle Locking casters Bilateral easy recline handles with infinite backrest. Must be rated at 500 lbs weight capacity Heat - Automatic shut off 60 minutes or no less than 45 minutes Massage - Automatic shut off 20 minutes, no less will be accepted Full recline depth to be no less than 72 and no more than 76 Seat height to be 18 to max 19 from the floor. Seat width to be 23.5 to 26 wide Seat depth to be 20-22 deep Warranty on chair to include 25 year full warranty, all replaceable parts. Chair must be easy to order replacement parts for. Chair must be easy to clean by the nursing staff. Chair should come apart with easy intuitive levers, should not be overly complicated with intricate seams, pull chair apart, flip recliner over completely to clean should not be a designed way to clean the chair. Recliner when in use should not have loose parts 16.00 EA 0002 INSTALLATION FEE THROUGH JTC INSTALLATION Vendor is to ship all furniture to JTC Contracting. Located at 7635 Hub Parkway, Valley View, OH 44125 JTC Point Of Contact: Courtney Cox P: 216.635.0745 Vendor is to notify JTC when furniture will be arriving so installation date can be given. 1.00 JB The appropriate NAICS Code is 337214 is a small business standard of 1,000 employees. Please note: This combined synopsis/solicitation is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB). Vendors who do not fall under this category need not respond. Solicitation VA250-17-Q-0197 is issued by Network Contracting Office 10, VA Medical Center, 6150 Oak Tree Blvd suite 300, Independence, OH 44131 The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. This is an SDVOSB set-aside solicitation. Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Note: If claiming SDVOSB, vendor must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification. Quotes must be received no later than 1:30 pm, EST on January 16, 2017. Offers may be submitted via email to Danielle Bowman, Danielle.Bowman@va.gov. No questions will be accepted past January 16, 2017 at 11:30am EST. When submitting offers, please note the solicitation number VA250-17-Q-0197 in subject line of the email. Please note that the offeror assumes all risk for any delay in the transmission of their proposals. Any offers received after the deadline noted above will not be considered. All offerors are encouraged to review FAR 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS. 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/?q=browse/far/52/2&searchTerms=far clauses The following provisions and clauses apply to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR clause 52.212-1, Instructions to Offerors -Commercial Items applies to this acquisition. In accordance with FAR clause 52.212-2 Evaluation Commercial Items based on the technical capabilities of the items offered to meet the Government requirement; along with the price and past performance which would lead to the best value for the government. 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 factors shall be used to evaluate offers: Evaluation: Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule, and the capability to provide the requested items as described. All offerors should complete and include a copy of the provision located at FAR 52.212-3, titled -Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. FAR clause located at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition as well as the clause s 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.219-13 Notice of Set-Aside of Orders 52.211-5 Material Requirements. 52.211-6 Brand Name or Equal. 52.247-34 F.o.b. Destination. 52.247-48 F.o.b. Destination Evidence of Shipment. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection 852.211-73 Brand name or equal. 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0197/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0197 VA250-17-Q-0197.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3203172&FileName=VA250-17-Q-0197-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3203172&FileName=VA250-17-Q-0197-000.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: Cleveland Veterans Affairs Medical Center;10701 East Blvd.;Cleveland, Ohio
Zip Code: 44106
 
Record
SN04367597-W 20170112/170110234114-8d6e6e402977703b26046f514ca840f4 (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  © 1994-2020, Loren Data Corp.