Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

71 -- HI-LO BEDS - Attachment

Notice Date
7/21/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies 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
VA25017Q0792
 
Response Due
8/3/2017
 
Archive Date
11/1/2017
 
Point of Contact
Rachelle J. Hamer
 
E-Mail Address
Contracting Officer
(rachelle.hamer@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 4 of 4 Combined Synopsis Solicitation: Hi Lo Beds 1. General 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 notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-0792 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94/2005-95, effective January 19, 2017. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and only qualified Offerors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 339113 and the small business size standard is 750 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer AND if the item is on a FSS/GSA schedule awarded to the Offeror include the schedule information on your offer. This solicitation is for Brand Name or Equal. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is a SDVOSB set-aside in accordance with VAAR Part 819.7007 A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819.7007. The VIP database will be checked both upon receipt of an offer and prior to award. New Equipment ONLY; NO remanufactured/recovered material/reconditioned or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offerors responsibility to ensure the quote is received. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 2. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 SPIRIT SELECT EIL: 233 6530-439472(15) 5700000000 40.00 EA 0002 SPIRIT SELECT-LOADED 5700100120 40.00 EA 0003 1 YEAR PARTS, LABOR & TRAVEL 7777770100 40.00 EA 0004 PACKAGING-UNBOXED 3002999170 40.00 EA 0005 HOLD CABLE INFORMATION 3005999900 40.00 EA 0006 SERVICE MANUAL W/SCHEMATICS 4.00 SE GRAND TOTAL 3. Statement of Work (SOW): a. SCOPE OF WORK: The purpose of this item is to provide a safe and comfortable bed. b. PLACE OF PERFORMANCE: The facility does have a loading dock. Dayton Veterans Affairs Medical Center 4100 West 3rd Street Dayton, OH 45428 c. SALIENT CHARACTERISTICS: 1. Internal Weight Monitoring System; 2. Bed Monitoring Alarm System/Bed Exit Alarm for Fall Prevention; 3. Frame height should not exceed 10 from frame deck to floor; 4. Nurse Call Interface; 5. Battery Backup; and 6. Standard Warranty. d. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day I January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4; Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.203-3; 52.203-6 (Alt 1); 52.204-4; 52.209-6; 52.209-9; 52.216-18 (a) replace the last sentence with: Such orders may be issued from date of award through date of last date.; 52.219-8; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-5; 52.225-13; 52.232-33; 52.232-36; 52.242-13; 52.252-2 insert: https://www.acquisition.gov/Far/loadmainre.html; 52.252-6; 852.203-70; 852.203-71; 852.215-71; 852.219-9; 852.219-71; 852.232-72; 852.246-70; 852.246-71. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.216-1; 52.225-18; 52.233-2; 852.215-70; 852.233-70; 852.233-71; 852.233-71; 852.252-70; 852.270-1; 52.225-25; 52.212-2; and 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Technical; Delivery; and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Q&A and RESPONSES ARE DUE: All Questions in response to the Solicitation are due no later than Thursday, July 27, 2017 at 5PM EST. Questions shall be emailed to rachelle.hamer@va.gov on or before the date and time stated. Any Government responses, answers, and/or comments to all questions will be posted on Friday, July 28, 2017 by 3PM EST. Responses are due Thursday, August 3, 2017 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ VA250-17-Q-0792/ Hi-Lo Beds in the email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0792/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0792 VA250-17-Q-0792.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3676978&FileName=VA250-17-Q-0792-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3676978&FileName=VA250-17-Q-0792-000.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: Louis Stokes Cleveland VA Medical Center;10701 East Blvd.;Cleveland, OH
Zip Code: 44106
 
Record
SN04590787-W 20170723/170721235700-49d11d20160684ba92d154468d5e099e (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.