Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
DOCUMENT

65 -- VA701-17-Q-0152 - CW EQ020 Various Procedure Equipment - Attachment

Notice Date
5/19/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117Q0152
 
Response Due
6/13/2017
 
Archive Date
9/20/2017
 
Point of Contact
Sandra Mruk Sandra.mruk@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
INTRODUCTION The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting quotations and subsequently awarding a Firm-Fixed-Price contract for various procedure room equipment for the Eastern Colorado Health Care System. Acquisition of these items is part of the initial outfitting and activation of the new VA Medical Center being constructed in Aurora, CO. DESCRIPTION A contract is needed for the Eastern Colorado Health Care System for various procedure room equipment. The contractor shall deliver all items. All items must meet all salient characteristics and the contractor shall furnish all personnel, supplies, and equipment required for delivery. SALIENT CHARACTERISTICS 2.5.1. Chair, Exam/Treatment, Dermatology (JSN M4915.A) Quantity: 6 Basis of Design: Midmark, Model: 641 with Armrests Specifications/Salient Characteristics Dermatology exam/treatment chair with adjustable light. Chair can be rotated to desired position. Unit is electrically powered for precise positioning and has an adjustable headrest and armrest. Exam chair shall include an adjustable 18,298 lux (minimum) LED exam light. Chair to include adjustable positions including, elevated flat, Trendelenburg, semi-fowler and barrier-free (low and high) Shall have a seat tilt angle range of at least 0 30 degrees, a back support angle range of 0 85 degrees, and a foot support angle range 0 90 degrees Dimensions (Minimum Requirements): Adjustable Height Minimum/Maximum: 25 / 47 Upholstery Width Dimensions: Total Patient Support Length 79 Headrest - 9 Backrest - 22 Seat - 24 Foot Support - 22 Accessories/Configuration Options: Power supply: 115 VAC 50/60 Hz Chair to have weight capacity of 450 lbs minimum. Chair to include adjustable positions including, elevated flat, Trendelenburg, semi-fowler and barrier-free (low and high) Chair to have wireless foot and hand controls Chair to include a paper roll holder Chair to include adjustable light Chair to include Armrests Foot extender option Additional headrest include 2 each U-shaped and 2 each oval shaped for 3 of the 6 exam chairs Additional armrests includes 2 sets of armrests for 3 of the 6 exam chairs Chairs to include 350 degree rotation option. Construction Materials/Type: Medical Grade seamless upholstery Color equal to: Ultra Sky - 245 2.5.2. Table, Examination /Treatment, With Cabinet (JSN M9025) Quantity: 82 Basis of Design: Brewer Company, Access High-Low, 6500 Specifications/Salient Characteristics Table, Examination /Treatment, With Cabinet and Power Back Dimensions (In as much as one inch): Table Dimensions: 18 H x 57 L x 28 W Table- Fully Extended Dimensions : 37 H x 78 L x 28 W Front Drawer Dimensions : 19.8 x 19.2 x 3.8 Side Drawer Dimensions : 22.6 x 20.2 x 7 Accessories/Configuration Options: Design shall include safety grab bars. Table shall have anti- tamper on/off feature. Front/ Side Drawers for storage. Include pass through work station. Minimum 450 lb. Weight Capacity Power Requirements: 115VAC, 60 Hz Construction Materials/Type: Chair to Table Design Medical, Stain Resistant Upholstery Color equal to: Blue Fog - PR46 2.5.3. Table, Examination /Treatment, With Cabinet, Bariatric (JSN M9025.A) Quantity: 12 Basis of Design: Brewer Company, 6800 Specifications/Salient Characteristics Table, Examination /Treatment, With Cabinet, Bariatric Dimensions (In as much as one inch): Table Dimensions: 18 H x 57 L x 28 W Table- Fully Extended Dimensions : 37 H x 78 L x 28 W Front Drawer Dimensions : 19.8 x 19.2 x 3.8 Side Drawer Dimensions : 22.6 x 20.2 x 7 Accessories/Configuration Options: Design shall include grab bars. Table shall have anti- tamper on/off feature. Front/ Side Drawers for storage. Include pass through work station. Minimum 700 lb. Weight Capacity Power Requirements: 115VAC, 60 Hz Construction Materials/Type: Chair to Table Design Medical, Stain Resistant Upholstery Color equal to: Blue Fog - PR46 2.5.4. Table, Examination /Treatment, With Pelvic Tilt & Drawer Warmer (JSN M9025.B) Quantity: 2 Basis of Design: Brewer Access High-Low, 6501 Specifications/Salient Characteristics Examination/treatment table with Pelvic tilt powered back and drawer warmer Dimensions (In as much as one inch): Table Dimensions: 18 H x 57 L x 28 W Table- Fully Extended Dimensions : 37 H x 78 L x 28 W Front Drawer Dimensions : 19.8 x 19.2 x 3.8 Side Drawer Dimensions : 22.6 x 20.2 x 7 Accessories/Configuration Options: Design shall include grab bars. Table shall have anti- tamper on/off feature. Front/ Side Drawers for storage. Include pass through work station. Minimum 450 lb. Weight Capacity Design to include drawer warmer Design to include 5 degree pelvic tilt Power Requirements: 115VAC, 60 Hz Construction Materials/Type: Medical, Stain Resistant Upholstery Color equal to: Blue Fog - PR46 2.5.5. Table, Examination /Treatment, Bariatric, With Pelvic Tilt & Drawer Warmer (JSN M9025.C) Quantity: 3 Basis of Design: Brewer Access High-Low 6801 Specifications/Salient Characteristics Bariatric rated examination/treatment table with powered back, pelvic tilt, and drawer warmer Dimensions (In as much as one inch): Table Dimensions: 18 H x 57 L x 28 W Table- Fully Extended Dimensions : 37 H x 78 L x 28 W Front Drawer Dimensions : 19.8 x 19.2 x 3.8 Side Drawer Dimensions : 22.6 x 20.2 x 7 Power Requirements: 115VAC, 60 Hz, 5.8 amps max Accessories/Configuration Options: Design shall include grab bars. Table shall have anti- tamper on/off feature. Front/ Side Drawers for storage. Include pass through work station. Minimum 700 lb. Weight Capacity Design to include drawer warmer Design to include 5 degree pelvic tilt Construction Materials/Type: Medical, Stain Resistant Upholstery Color equal to: Blue Fog v - PR46 2.5.6. Chair, Procedure, Bariatric (JSN M9067.A) Quantity: 1 Basis of Design: Midmark, Model: 630-020 Specifications/Salient Characteristics Bariatric rated exam/treatment chair with adjustable light. Chair can be rotated to desired position. Unit is electrically powered for precise positioning and has an adjustable headrest and armrest. Exam chair shall include an adjustable 18,298 lux (minimum) LED exam light. Shall have a seat tilt angle range of at least 0 30 degrees, a back support angle range of 0 85 degrees, and a foot support angle range 0 -90 degrees Dimensions (In as much as one inch): Adjustable Height Minimum/Maximum: 22.5 / 43.5 Upholstery Width Dimensions: Total Patient Support Length 79 Headrest - 9 Backrest - 22 Seat - 24 Foot Support - 22 Accessories/Configuration Options: Power supply: 115 VAC 60 Hz Chair to have weight capacity of minimum 650 lbs. Chair to include adjustable positions including, elevated flat, Trendelenburg, semi-fowler and barrier-free (low and high) Chair to have wireless foot and hand controls Chair to include a paper roll holder Chair to include adjustable light Foot extender option To include one each headrest in U-shaped, oval shaped options Chairs to include 350 degree rotation option. Construction Materials/Type: Medical Grade seamless upholstery Color equal to: Ultra Sky - 245 DELIVERY DELIVERY Delivery Timeframe: No later than July 1 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 call to be conducted approximately 30 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 30 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 Off Site Ware House, 34501 E. Quincy NE, Watkins, CO 80137. 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 are: Chuck Hardenstein (W) 720-857-5205 (C) 303-525-8502 Charles.Hardenstein@va.gov Steve Dewese (W) 720-857-5075 (C) 406-781-1297 Stephen.Dewese@va.gov 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. 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 a ppropriate 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. ADMINISTRATIVE The solicitation will be issued as a Request for Quote (RFQ) conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business set-aside. The applicable NAICS code is 339113 with a size standard of 750 Employees. The solicitation will be issued on or about June 1, 2017 for approximately seven (7) calendar days. Offerors will be required to submit their quotes electronically via email. This notice is not a request for competitive offers. Questions of a technical nature will not be answered as part of this notice; however, all general questions may be submitted in writing to the issuing office via email at Sandra.mruk@va.gov and Heidi.Gallaher@va.gov. Telephone calls will not be accepted. The VA reserves the right to use only Federal Business Opportunities (FBO), via the internet, to provide notification of any amendments to this notice and the subsequent issuance of the solicitation. It is the contractor s responsibility to view FBO daily for any amendments to this notice and the subsequent issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117Q0152/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0152 VA701-17-Q-0152_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3513855&FileName=VA701-17-Q-0152-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3513855&FileName=VA701-17-Q-0152-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04515305-W 20170521/170519234349-d9ad7102e253500de7b7d20b356df801 (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.