Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
AWARD

65 -- A-Smart Premier Medical Carts

Notice Date
7/20/2017
 
Notice Type
Award Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-17-T-0315
 
Archive Date
8/3/2017
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W81K02-17-P-0324
 
Award Date
7/19/2017
 
Awardee
Armstrong Medical Industries, Inc, 575 Knightsbridge PKWY, Lincolnshire, Illinois 60069-3616, United States
 
Award Amount
$68,642.55
 
Line Number
See Schedule
 
Description
ORIGINAL POSTED SYNOPSIS: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K02-17-T-0315, Purchase Request 0011017299, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112; Size Standard for small business is 1,000 employees. RFQ is being issued as SMALL BUSINES Set-Aside. This requirement is for; A-Smart Premier Medical Carts and Accessories to be used at Madigan Army Medical Center, Joint Base Lewis-McChord (JBLM) Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0032. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: LINE ITEM 0001: AKE B 6" CMS Cart" Touch Pad, Wide, Beige Shell/Custom Teal Cart, Beige drawer fronts, keyed, Standard Setup: 3-3, 2-6, 1-9 inches EA 00001 LINE ITEM 0002: CSFW Custom Setup Fee, Wide Cart EA 00001 LINE ITEM 0003: AMC 6SG "Room Cart" Tall Narrow, Auto lock, Beige shell/Sage Green drawer fronts, keyed, Standard Setup: 3-3, 2-6, 1-9 inches EA 000025 LINE ITEM 0004: CSF Customization Fee EA 000025 LINE ITEM 0005: APH 1 Tubular Push Handle 18" EA 000025 LINE ITEM 0006: AKE B 6 "5 BAY CART" Touch Pad Wide Cart, Beige, Beige Shell/Custom Sage Green Drawer Fronts, Keyed, Standard Setup: 3-3:, 2-6, 1-9 inches EA 00001 LINE ITEM 0007: CSFW Custom Setup Fee, Wide Cart EA 00001 LINE ITEM 0008: PEL Y 30 "Isolation Cart" Beige Auto Locking, Yellow Shell/Yellow Drawer Fronts, keyed, Standard Setup: 1-3, 3-9 Inches EA 00001 LINE ITEM 0009: CSF Customization Fee EA 00001 LINE ITEM 0010: PEL SB 30 "Fall Cart", Auto-locking, Slate Blue Beige Shell/Slate Blue Drawer front, keyed, Standard Setup: 1-3, 3-9 inches EA 00001 LINE ITEM 0011: CSF Customization Fee EA 00001 LINE ITEM 0012: AMC 6B "OB Cart" Narrow, 30" Beige, Auto-lock Cart, Beige Shell/Custom Lavender Drawer Fronts, keyed, Standard Drawer Setup: 3-3, 2-6, 1-9 inches. EA 00002 LINE ITEM 0013: CSF Customization Fee EA 00002 LINE ITEM 0014: APH 1 Tubular Push Handle 18" EA 00002 LINE ITEM 0015: PBL CR 27 "DIFFICULT INTUBATION CART" PREMIER 27" Beige/Cranberry Beige Shell/Cranberry Drawer fronts, Include 27" Breakaway Locking Panel, Custom Drawer Setup: 1-3, Monitor Drawer: 3-3, 1-6, 1-9 inches. EA 00001 LINE ITEM 0016: CSF Customization Fee EA 00001 LINE ITEM 0017: ADM 1B Beige Drawer for Monitor EA 00001 LINE ITEM 0018: PDT 2 Premier Deep 2 Shelf Unit EA 00001 LINE ITEM 0019: ATB 5X Five-Bin Unit EA 00001 LINE ITEM 0020: AOS 15 Outlet Strip w/ 15ft Cord EA 00001 LINE ITEM 0021: AUH 1 Premier Utility Hooks, 2/PKG EA 00001 LINE ITEM 0022: AKE B6 "Suture Cart" Touch Pad, Wide Cart, Beige, Beige Shell/ Custom Slate Blue Drawer Fronts, keyed, Standard Setup: 3-3,2-6, 1-9 inches. EA 00001 LINE ITEM 0023: CSFW Customization Fee, Wide Cart EA 00001 LINE ITEM 0024: PEL Y 24 "Trauma Bay: Auto-locking, Yellow Beige Shell/Yellow Drawer Fronts, keyed, Standard Setup: 1-6, 2-9 inches. EA 00001 LINE ITEM 0025: CSF Customization Fee EA 00001 LINE ITEM 0026: PEL SG 30 "Phlebotomy Cart" Auto-locking, Beige-Sage Shell/Sage Green Drawer Fronts, keyed, Standard Setup: 3-3,2-6, 1-9 inches. EA 00001 LINE ITEM 0027: CSF Customization Fee EA 00001 LINE ITEM 0028: PTR 1 Premier Trellis System EA 00001 LINE ITEM 0029: ATB 4X Four-Bin Unit EA 00001 LINE ITEM 0030: ATB 5X Five-Bin Unit EA 00001 LINE ITEM 0031: ATB 6X Six-Bin Unit EA 00001 LINE ITEM 0032: SHIPPING / FREIGHT CHARGES EA 00001 ADDITIONAL INSTRUCTIONS TO OFFERORS: The listed Line Items above may appear to be duplicate, or similar in descriptive requirements; each medical cart is designed based on its use, and is named as such. What separates them are colors, and configurations, sizes and locking devices, each with separate Line Items identifying Customization Fees per cart. As part of your RFQ proposal, list each Line Item as it appears above. SALIENT CHARACTERISTICS: These are characteristics of Specialty/Surgical/ Instrumentation & Pharmaceutical Carts with accessories. A. Lightweight aluminum construction B. Push-button locking C. 5000 lock combinations D. Heavy duty casters E. Stabilizing frame F. Key override feature G. Ball bearing drawer slides H. Expanded lifespan of 10 + years I. Preassemble packaging J. Medical approved surface coatings K. Removable top tray for high level disinfection cleaning L. Expandable and configurable to meet end user needs M. Soft grip handles N. Locking casters O. Made in USA P. Multiple cart sizes and configurations Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price. The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT website (formerly WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. Offers are due by 23 June 2017 @ 12:00 PM, Pacific Standard Time. Submit signed and dated offers via fax to: Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil. Using either method must include the authorized vendor representatives signature, date, and Solicitation Number on the RFQ submission, as part of acceptance.. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9665 South L and Perry Street Tacoma WA 98431 If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email: walter.j.bischoff.civ@mail.mil NOTICE OF AWARD COMMENTS: Accepted by the End User as the best overall value to the Government in exceeding requirements in Lowest Price, and being Technically Acceptable. (LPTA); 1. Longevity - End User identified as a current user of these carts, with performance life span lasting 0ver 20 years at present, without maintenance ever being an issue, or repairs by a Biomedical Technician. 2. Technically Acceptable - Superior lasting performance features, using A-Smart Cart Technology (TM) which are proprietary to this manufacturer and exactly what the End User was in search of this feature was included in the original Synopsis. Double-wall technology construction for added strength and durability is one of the features of A-Smart Cart (TM) Technology. Exact color, coding, and cart size dimensions were met and available for each cart, to be deployed within the hospital areas that in meeting Madigan Standardization policies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/Awards/W81K02-17-P-0324.html)
 
Record
SN04588749-W 20170722/170720235523-77b9724bf31fffc795e590ea6505c2e3 (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.