Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2017 FBO #5619
DOCUMENT

65 -- Physical Therapy Equipment - Attachment

Notice Date
4/10/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0394
 
Response Due
4/14/2017
 
Archive Date
6/13/2017
 
Point of Contact
Kurt Tanny
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ VA259-17-Q-0394: Clinic Building (CB) EQ 035 & 036 Physical Therapy Equipment This 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. This is a Request for Quote (RFQ) and the solicitation number is VA259-17-Q-0394. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective January 13th, 2017. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for Service Disabled Veteran-Owned Small Businesses. Department of Veterans Affairs, Network Contracting Office 19, is soliciting offers from Service Disabled Veteran-Owned Small Businesses (SDVOSBs) to supply the Aurora, Colorado VA Medical Center with new Physical Therapy Equipment. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. Solicitation and evaluation of offers are to be in accordance with (IAW) VAAR 852.211-73 and FAR 52.211-6: Brand Name or Equal. *Offers are to be provided to kurt.tanny@va.gov no later than 4:00pm EST, Friday, April 14th, 2017. **The deadline for all questions is 10:00am EST, Wednesday, April 12th, 2017. Department of Veterans Affairs, Network Contracting Office 19 (NCO19) is seeking responses to this request for information from interested, capable firms that can meet the requirements set forth below; REQUIREMENTS (BRAND NAME OR EQUAL TO): Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed in the physical therapy equipment listed below; PURPOSE The overall purpose is to deliver CB EQ035 Physical Therapy at the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045. SCOPE The Contractor shall deliver all items listed in section 2.5. The Contractor shall provide training as directed in section 5. All items must meet all salient characteristics defined in section 2.5. The Contractor shall furnish all personnel, supplies, and equipment required for delivery. 2.5 SALIENT CHARACTERISTICS 2.5.1 Rack, Crutch, Wall Mounted (JSN A5125.A) Quantity: 1 Skillbuilders 30-3009 or equal Specifications/Salient Characteristics: Wood wall hung rack for crutches, walkers and canes Solid wood construction wall mounted rack, clear coat finish Six horizontal hooks Approximate Dimensions: 66 W x 5 H x 16.5 D Power Requirements NA Accessories/Configuration Options: Include wall mounting hardware 2.5.2 Bath, Paraffin, Hand/Foot, Small (JSN M8105) Quantity: 1 Whitehall Manufacturing PB-104 or equal Specifications/Salient Characteristics: Mobile tank for heating of paraffin used in arm, elbow and leg calf Therapy 22 Gauge stainless steel tank for heating of paraffin Curved edge wood trim around tank Set on metal legs with casters Standard operating temperature between 126 degrees and 130 degrees Timed high-heat sanitizing circuit High heat warning light Approximate Dimensions: Outer tank -10 W x 18.5 L x 13 D, inner tank - 7 W x 15 L x 9.5 D, height on cart 28 32 Power Requirements 100-120 V, 50/60 Hz Accessories/Configuration Options: NA 2.5.3 Fluidotherapy Unit, Double Extremity (JSN M8110) Quantity: 1 Thermo-Therapy TT-202 or equal Specifications/Salient Characteristics: Therapy heating unit for use with natural cellulose dry heat media to provide therapy on hands and feet Double extremity unit on four casters holding standard capacity of 40 pounds of cellulose dry heat media Two blower motors for even heating or dry whirlpool Variable adjustments for time, temperature and air speed Temperature range from 88 degrees to 125 degrees Shall meet UL 60601-1 safety test Approximate Dimensions: 29 W x 16.5 L x 35 H Power Requirements 120V, 50/60 Hz Accessories/Configuration Options: Include 40 pounds of natural cellulose dry heat media (TT-908 X 4 or equivalent) 2.5.4 Conditioner, Cold Treatment Pack (JSN M8115) Quantity: 2 Chattanooga Group, Inc. ColPaC; 3102 or equal Specifications/Salient Characteristics: Cart for chilling cold packs Stainless steel welded construction Closed-cell foam insulation Handles on each side and lid Four rubber casters Interior chilling coils Drain valve Approximate Dimensions: 16 W x 27 L x 33 H Power Requirements 115V, 60 Hz Accessories/Configuration Options: NA 2.5.5 Therapy Unit, Hydroculator (JSN M8120) Quantity: 2 FEI Item No. 00-2102 or equal Specifications/Salient Characteristics: Countertop unit for warming moist heat packs Tank construction of stainless steel with handles and stainless steel lid Temperature range of 120 degrees to 160 degrees 3 gallon water capacity with low water sensor Shall meet UL 60601-1 safety rating Approximate Dimensions: 8 W x 13 D x 16 H Power Requirements 110-120V, 50/60 Hz Accessories/Configuration Options: Include four (4) standard heat packs 2.5.6 Parallel Bars, Physical Therapy 7' (JSN M8240.A) Quantity: 1 Hausmann Industries 1391 or equal Specifications/Salient Characteristics: Seven feet length parallel bars for use in physical therapy Satin finish hardwood platform with parallel bars Tapered end platform with anti-slip treads Powder coat painted steel uprights, 30 apart, with control knobs for adjusting width of parallel bars between 15 and 28 width Height adjustable 29 to 42 1.5 diameter stainless steel one-piece handrails Approximate Dimensions: 38 W x 7 L x 42 H Power Requirements NA Accessories/Configuration Options: NA 2.5.7 Parallel Bars, Physical Therapy 15' (JSN M8240.C) Quantity: 1 Hausmann Industries 1363 or equal Specifications/Salient Characteristics: Fifteen feet length motorized parallel bars for use in physical therapy Textured covered wood platform with parallel bars Tapered anti-slip ends on platform Six powder coat painted steel uprights, 30 apart Motorized adjustment of handrails from 13 to 25 width and 27 to 37 height, with manual crank override Approximate Dimensions: 34 W x 15 L x 37 H Power Requirements 120V, 60 Hz Accessories/Configuration Options: Hand control module with cord 2.5.8 Platform, Exercise, w/Mat, Powered 5x7 (JSN M8305.A) Quantity: 3 Hausmann Industries 1440-57 or equal Specifications/Salient Characteristics: Power dual lift upholstered soft platform Mat platform on two synchronized direct drive power lifts Adjustable height between 19 and 28 700 pound weight capacity Upholstered top in gray seamless nylon-reinforced vinyl with 2 high-density urethane foam padding, rounded corners Black laminate base with levelers Approximate Dimensions: 5 W x 7 L x 28 H Power Requirements 110V, 60 Hz Accessories/Configuration Options: Foot control with cord to reach around entire platform 2.5.9 Platform, Excercise, w/ Mat, Powered 4x7 (JSN M8305.B) Quantity: 4 Hausmann Industries 1440-47 or equal Specifications/Salient Characteristics: Power dual lift upholstered soft platform Mat platform on two synchronized direct drive power lifts Adjustable height between 19 and 28 700 pound weight capacity Upholstered top in gray seamless nylon-reinforced vinyl with 2 high-density urethane foam padding, rounded corners Black laminate base with levelers Approximate Dimensions: 4 W x 7 L x 28 H Power Requirements 110V, 60 Hz Accessories/Configuration Options: Foot control with cord to reach around entire platform 2.5.10 Table, Treatment Physical Therapy (JSN M8315.A) Quantity: 7 Chattanooga ADP 400 or equal Specifications/Salient Characteristics: Powered traction table for use in physical therapy Metal table base with four padded vinyl upholstered treatment platforms as table top Head and foot sections of table top shall incline 90 degrees Head section of table top shall lower 25 degrees Adjustable height range between 21.5 and 41.5 Lifting capacity of 400 pounds Vinyl color Dove Levelers on base Approximate Dimensions: 27 W x 77 L x 21.5 H Power Requirements 120V, 50 Hz Accessories/Configuration Options: Hand control on cord 2.5.11 Table, Work, Therapy, Hydraulic AH, 48"x32" (JSN T0970) Quantity: 2 Hausmann Industries 4343 or equal Specifications/Salient Characteristics: Adjustable height hand therapy table Aluminum T-leg table with hand crank height adjustment 27 to 39 Hand crank to fold away Laminate table top with T-mold edges, cut outs on both sides 250 pound weight capacity Approximate Dimensions: 32 W x 48 L x 39 H Power Requirements NA Accessories/Configuration Options: NA 2.5.12 Table, Work, Therapy, Electric, AH 36"x60" (JSN T0970.A) Quantity: 1 Hausmann Industries 71300 or equal Specifications/Salient Characteristics: Powered adjustable height therapy table Powered adjustable height pedestal with laminate table top Laminate base Adjustable height from 27 to 43 Hand control panel mounted under table top Approximate Dimensions: 36 W x 60 L x 43 H Power Requirements 110V, 60 Hz Accessories/Configuration Options: NA 2.5.13 Posture Mirror, Freestanding (JSN U4082) Quantity: 2 Hausmann Industries 1671 or equal Specifications/Salient Characteristics: Mobile full height mirror Full height, distortion free, shatter-stop backed mirror with wood frame, back and base on four swivel casters Approximate Dimensions: 24 W x 18 D x 70 H Power Requirements NA Accessories/Configuration Options: NA 2.5.14 Rehabilitation Light Board (JSN U4159) Quantity: 1 DynaVision D2 or equal Specifications/Salient Characteristics: Powered interactive light board for testing visual motor, neuro- cognitive, balance and functional mobility skills Light box of heavy duty, impact resistant, cleanable material in metal frame on mobile adjustable height stand with four locking casters 64 raised targets which light up for the patient to push and record results Lighted target area of 48 x 48 Lighted targets shall be adjustable by location, color, frequency and duration Center tachistoscope screen to flash numbers, letters, words, math and icons Touch-screen control panel for internal control system Integral system shall record target hit rate and reaction time and using that data shall provide graphs and charts for each quadrant and ring, detail deficit areas. Data shall report via PDF export to printer supporting Windows XP or Windows 7 Operating System Approximate Dimensions: 53 W x 17.25D x adjustable 5 6 7 11 H Power Requirements 115V, 50/60 Hz Accessories/Configuration Options: Provide on-site training not to exceed one day 2.5.15 Cabinet, Therapy Equipment (JSN U4185) Quantity: 4 BOD: Hausmann Industries one (1) of each - 8250, 8251, 8252 & 8253 or equal Specifications/Salient Characteristics: Four modular wardrobe cabinets, each unique, for the storage of physical therapy equipment, to be used all four together. Wood construction, hinged double door, modular cabinets with pegboard in the back of the interior, quantity of four (4) and each a unique configuration Laminate covered wood construction with PVC high-impact edging on all door fronts Cabinet one shall contain metal wire racks on the interior sides with hooks to hold equipment, the top section shall contain a dispenser for therapy bands, and a minimum of ten (10) pegboard hooks Cabinet two shall contain adjustable shelves eight (8) plastic storage tubs approximately 12 x 14 x 4 Cabinet three shall contain bins for storage of canes and crutches, and a minimum of ten (10) pegboard hooks Cabinet four shall contain three (3) lower drawers and three (3) adjustable shelves Approximate Dimensions: Each cabinet shall be 32 W x 22 D x 79 H Power Requirements NA Accessories/Configuration Options: NA 2.5.16 Analyzer, Range of Motion (JSN U4252) Quantity: 1 BOD: Valpar Nine (9) or equal Specifications/Salient Characteristics: Display stand with pegs and movable pieces, used to test the patient for whole body range of motion. Frame stand of painted steel tubing fitted with four painted metal work panels Bolts shall be affixed to the work panels with approximately 20 plastic nuts used by the patient to screw on and off which test range of motion Top panel to be adjustable to insure panel is placed six inches above patients head to test overhead range of motion Three different colored shapes to simulate workplace hardware, to fit on and off the bolts so the patient may move the shapes to various heights and angles in order to test range of motion Approximate Dimensions: 36 W x 32 D x adjustable 5 9 -7 3 H Power Requirements NA Accessories/Configuration Options: NA 2.5.17 Machine, Movement Therapy (JSN U4255.A) Quantity: 1 MOTOmed muvi or equal Specifications/Salient Characteristics: Powered machine designed for therapy with leg and arm movement simultaneous or independent using pedals and hand grips, accessible for seated patients in chair or wheel chair Two sets of pedals, one set for feet and one set for hands, on a mobile therapy machine, user to provide a seat or wheelchair All metal construction Easily adjustable vertical, horizontal and radial directions with quick release Tilting and rotating 12 color touchscreen operating panel, intuitive on-screen instructions Motor power adjustments with therapy settings for passive, motor-assist and active modes Safety foot shells Approximate Dimensions: 23.5 W x 32.5 D x 48.5 H Power Requirements USA Configuration 120V, 50/60 Hz Accessories/Configuration Options: Software for resistance control, therapy programs and biofeedback 2.5.18 Machine, Movement Therapy (JSN U4255.B) Quantity: 1 BOD: Motomed - Letto2 Arm/Leg + Accessories or equal Specifications/Salient Characteristics: Powered machine designed for therapy with legs and/or arms using pedals, accessible for patients confined in a bed One set of pedals, on a mobile therapy machine, which extend over the bed, for use with arms and/or legs All metal construction Stand designed to stabilize the machine while next to a bed Height and horizontal extension adjustments One color screens for programing operations Motor power adjustments with preset therapy settings for passive, motor-assist and active modes Auto self-test option Approximate Dimensions: 20 W x 33.5 D x 52.5 H, chassis 29 inside width Power Requirements USA Configuration 115V, 50/60 Hz Accessories/Configuration Options: Software for resistance control, therapy programs, feedback and post therapy analysis Safety foot shells, dip-coated Fixation straps for foot shells, plastic-coated Leg guides with knee support Expandable chassis Self-operating foot holders Pair of forearm shells with arm cuffs Hand mitts 2.5.19 Cabinet, Storage (Therapy) (JSN U4283.18) Quantity: 1 BOD: Hausmann Industries - 8251 and 8253 or equal Specifications/Salient Characteristics: Two modular wardrobe cabinets, each unique, for the storage of physical therapy equipment, to be used side by side. Wood construction, hinged double door, modular cabinets with pegboard in the back of the interior, quantity of two (2) and each a unique configuration Laminate covered wood construction with PVC high-impact edging on all door fronts Cabinet one shall contain adjustable shelves eight (8) plastic storage tubs approximately 12 x 14 x 4 Cabinet two shall contain three (3) lower drawers and three (3) adjustable shelves Approximate Dimensions: Each cabinet shall be 32 W x 22 D x 79 H Power Requirements NA Accessories/Configuration Options: NA 2.5.20 Exercise Weight +Storage, (Mobile) with accessories (JSN U4283.3) Quantity: 3 BOD: Hausmann Industries 5592-100 or equal Specifications/Salient Characteristics: Mobile rack designed to hold therapy weights and equipment Tall cart, wood construction, on base with four casters Black laminate finish with protective T-molding around base One side to have pegboard with hooks One side to have shelves with plastic storage tubs and dispensers for therapy bands Ends to have hooks for hanging hand weights Minimum weight capacity of 300 pounds Approximate Dimensions: 32 W x 24 D x 66 H Power Requirements NA Accessories/Configuration Options: Set of 16 hand held dumbbells Set of 16 ankle weights Set of 5 colors of therapy band rolls Set of 5 weight bars Set of 6 soft ball hand weights 2.5.21 System, Electrotherapy w/ Cart (JSN U4287) Quantity: 4 BOD: Chattanooga Group, Inc. Vectra Genisys 2798 or equal Specifications/Salient Characteristics: Electrotherapy unit for the delivery of therapeutic electricity, on a mobile cart Provide six therapeutic modalities: ultrasound; electrotherapy; ultrasound/ electrotherapy combination; laser; sEMG and sEMG + stim Programed clinical protocols and indications or user defined protocols Nine clinical waveforms Color coded lead connectors with rip stop feature Color display screen Cleanable plastic outer covering Approximate Dimensions: 17 W x 16.25 D x 42 H Power Requirements 110V, 50/60 Hz Accessories/Configuration Options: Mobile cart for the electrotherapy unit on four casters, two shall be locking 2.5.22 Balls, Swiss (Set of 3) (JSN Z1041) Quantity: 1 CanDo - Yellow, Orange, Green or equal Specifications/Salient Characteristics: Inflatable exercise balls Non-slip PVC vinyl surface, ribbed, phthalate free material Approximate Dimensions: 18 D Power Requirements NA Accessories/Configuration Options: NA 2.5.23 Grid, Functional Testing, Physical Therapy (JSN Z5000) Quantity: 1 Total Gym - Functional Testing Grid or equal Specifications/Salient Characteristics: Testing grid printed on vinyl blanket to lie on floor or hang on wall, used to measure patient s ability to move arms and legs Heavy-duty vinyl construction with non slip backing Printed color markers with calibrated gridlines Approximate Dimensions: Flat 73 x 73 square Power Requirements NA Accessories/Configuration Options: NA 2.5.24 Ergometer, Recumbent Stepper (JSN G0144) Quantity: 1 BOD: Nustep Item No. 05003-HB or equal Specifications/Salient Characteristics: Recumbent cross trainer for patient physical therapy Exercise machine with seat, moving pedals and handles, programing and readout monitor Machine shall provide smooth natural stepping motion Color LCD display with push button programs and resistance levels, shall including target heart rate control program battery operated multiple display languages export data tracking and machine data via USB 360 degree swivel seat with handle control tilt at wheelchair height Arm and seat adjustments to accommodate users from 4 6 to 6 7 height Ability to lock handles and pedals 40 degree of hand grip rotation, cleanable plastic grips Contact heart-rate handles Painted metal body, vinyl upholstered cushioned seat 600 pound weight capacity Approximate Dimensions: 29 W x 73 L x 46 H Power Requirements NA Accessories/Configuration Options: NA 2.5.25 Exercise Apparatus, Weight Training, Multi-Station (JSN G1026) Quantity: 1 BOD: Tuffstuff Item No. MFT-2700 or equal Specifications/Salient Characteristics: Vertical multi-functional weight training machine Powder coat finish 11 gauge tubular steel main frame and 7 gauge adjustment plates Hydraulically supported pivot arms and spring loaded selector handles Rotating swivel pulley brackets Extension arms, movement: 150 degrees high to low and 165 degrees side to side Aluminum pulleys with sealed ball bearings High performance 96 fitness cable Two 200 pound steel weight stacks Approximate Dimensions: 118 W x 63 L x 83 H Power Requirements NA Accessories/Configuration Options: NA 2.5.26 Spinner, Bicycle, Stationary (JSN M8125.S) Quantity: 1 BOD: Precor Item No. PHFCBSBK0020XX or equal Specifications/Salient Characteristics: Stationary spinner cycle Steel frame with chain drive system Adjustable handlebars and seat Battery operated console with: RPMs; heart-rate/pulse; time; distance; calories; compatible with ANT+ and Polar +-40 pound weight flywheel Wheels on front base bar lift back and roll Rubber stabilizers on base Minimum weight capacity of 350 pounds Approximate Dimensions: 20 W x 58 L x 48 H Power Requirements NA Accessories/Configuration Options: NA 2.5.27 Ergometer, Bicycle, Mobile (JSN M8130) Quantity: 1 BOD: Scifit Systems, Inc Item No. PRO102-INT or equal Specifications/Salient Characteristics: Stationary upper body exerciser Metal construction platform with seat and stand for arm exerciser and LCD display Three phase combination generator and eddy current brake starting at six watts 191 levels of resistance settings, built-in twin fans with three levels of intensity Fixed seat, adjustable back and forth, removable for wheelchair access Adjustable and reversible arm cranks Adjustable height head and monitor 29 to 55 Maximum user weight capacity 500 lbs Self-generating power with auto recharge battery backup 7 LCD display, interface tactile keypad, preprogramed with multiple workouts, USB port for downloading results, USB port for charging phones, mp3 players and other electronic devices Multiple languages and metric or US measurements Approximate Dimensions: 30 W x 60 L x 77 H Power Requirements NA Accessories/Configuration Options: Wheelchair platform 2.5.28 Exerciser, Staircase, Convertible, Corner (JSN M8145) Quantity: 1 BOD: Hausmann Item No. 1560-65-036 or equal Specifications/Salient Characteristics: Double therapy staircase, converts from straight line to corner configuration Wood construction, rails and rail supports are finished hardwood, stairs and landing are laminate over wood Anti-slip safety treads on all steps and platform Yellow edging on stair edges One stair run shall be 6 high steps, the other stair run shall be 4 high steps Ergonomic grip handrails Weight capacity of 350 pounds Approximate Dimensions: 36 W x 109 L x 24 H Power Requirements NA Accessories/Configuration Options: All hardware for reconfiguration from straight to 90 degree use 2.5.29 Treadmill, Electric (JSN M8330) Quantity: 1 BOD: Landice Item No. L880RTM or equal Specifications/Salient Characteristics: Powered treadmill designed for rehabilitation and physical therapy Aluminum frame construction with four-horsepower continuous duty drive motor Speed range from 0.1 to 12.0 mph Four ply tread on one inch reversible deck with integrated shock absorption system Adjustable incline of 0% -15% Control panel programed for rehabilitation Start and stop speed of 0.0 mph Patient attached safety lanyard to plug into control Parallel medical handrails Weight capacity of 500 pounds Approximate Dimensions: 35 W x 83 L x 61 H Power Requirements 110V, 60 Hz Accessories/Configuration Options: NA 2.5.30 Weight Bearing System, Treadmill (JSN M8331) Quantity: 1 BOD: Vigor Therapy Equipment Item No. 02-1512-100 or equal Specifications/Salient Characteristics: Dual weight bearing rack (unweighting system) to suspend patient over a treadmill using air compressor/air cylinder and disc weight plates to provide unweighting assistance Steel and aluminum construction, powder coat paint, unweighting rack Silent Air Compressor and Weight Stack, Medium and extra-large unweighting vests and cervical unweighting halter Weight stack shall be comprised of disc weights in the following quantities and sizes: one 1.25 pound ; two 2.5 pound; one 5 pound and 5 10 pound for a total combined weight of 61.25 pounds Approximate Dimensions: 5 4 L x 7 5 W x 8 6 +H Power Requirements NA Accessories/Configuration Options: NA 2.5.31 Exercise, Platform, Incline (JSN Z1012) Quantity: 1 BOD: Vigor Gym Item No. VIG-06-1000-100 or equal Specifications/Salient Characteristics: Adjustable exercise bed for use in physical therapy Steel bar construction frame with an adjustable incline exercise bed/platform Equipment shall fold and roll on wheels mounted at the end of the sled Upholstered platform in vinyl over foam padding Adjustable incline at ten levels Raised side cushions on the bed platform Heavy-duty sealed ball bearing rollers Nylon rope with pulleys and handgrips Removable squat platform foot rest and detachable heel support Adjustable strap for patient safety Floor support wheels for adjusting resistance levels Weight capacity of 450 pounds Approximate Dimensions: 27 W x 10 L x 62 H Power Requirements NA Accessories/Configuration Options: NA DELIVERY DELIVERY Delivery Timeframe: no earlier than 2 May 2017, and no later than 30 June 2017 Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.1.7 Coordination). The Contractor shall contact the On Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor. Delivery will be coordinated through the On Site Point of Contact. POCs for delivery will be provided. SITE CONDITIONS There shall be no smoking, eating, or drinking inside the construction site at any time. Delivery personnel must comply with all posted site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. INSPECTION AND ACCEPTANCE 3.1. The Contractor shall conduct a joint inspection with the On Site Point of Contact upon completion of delivery. 3.2. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of delivery. 3.3. The Contractor shall conduct a joint inspection with the On Site Point of Contact after addressing all deficiencies. 3.4. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. 3.5. Disputes shall be resolved by the Contracting Officer. Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. 4.2. Digital Copies - Quantity (1) each for items identified in section 2.5. 4.3. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On Site Point of Contact upon completion of delivery. 5. OPERATOR TRAINING 5.1. Contractor shall provide all training materials at time of delivery. 5.2. Contractor shall provide on-site training for item 2.5.14 Rehabilitation Light Board (JSN U4159) not to exceed one day. 6. PROTECTION OF PROPERTY 6.1. Contractor shall protect all items from damage during delivery. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2. The Contractor shall perform an inspection of the building(s) and grounds with the On Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery. 7. SECURITY REQUIREMENTS 7.1. Security background checks are not required. 8. WARRANTY 8.1. The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. 8.2. The warranties shall include all travel and shipping costs associated with any warranty repair. Commercial Items Terms and Conditions: The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial, ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (c) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (d) Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Literature that provides details of how the Contractor's Equipment meets the required salient characteristics (2) Price. (e) Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02); 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors- Commercial Items; 52.219-1, Small Business Programs Representations (Oct 2014); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications The following VAAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998). (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items, ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the technical quote of the lowest priced Offeror only. If the lowest priced Offeror s technical quote is determined to be rated as Acceptable, the Government may make award to that Offeror without further reviews of the remaining Offerors technical quotes. If the lowest priced Offeror s technical quote is determined to be rated as Unacceptable, then the Government may review the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be rated as Acceptable. The government reserves the right to award without discussions. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items The following clauses are incorporated into 52.212-4 as an addendum: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR Clauses are to be incorporated by reference: 852.203-70, Commercial Advertising (NOV 2008); 852.211-70, Service Data Manuals, Mechanical Equipment (NOV 1984); 852.211-73, Brand Name or Equal (JAN 2008); 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.232-72 (JUL 2016) (DEVIATION), Electronic Submission of Payment Requests (NOV 2012); 852.246-71, Inspection (JAN 2008) 852.246-70, Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacturers Commercial Warranty, 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. (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items The following FAR Clauses are to be incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note); 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496); 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225 5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.204-18, Commercial and Government Entity Code Maintenance; 52.247-34, F.O.B. Destination. SDVOSB Offerors must be verified in VIP: https://www.vip.vetbiz.gov/. Unverified SDVOSBs will be considered non-responsive. The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due: April 14th, 2017, 1600 EST. Name and email of the individual to contact for information regarding the solicitation: Kurt Tanny kurt.tanny@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0394/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0394 VA259-17-Q-0394_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3404062&FileName=VA259-17-Q-0394-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3404062&FileName=VA259-17-Q-0394-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04466496-W 20170412/170410235926-e902218e6acc57f581ab26fbaff99f0a (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.