Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

65 -- SHOWER GURNEYS - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q1707
 
Response Due
8/18/2017
 
Archive Date
9/17/2017
 
Point of Contact
RAFAEL.RUIZ@VA.GOV
 
E-Mail Address
rafael.ruiz@va.gov
(rafael.ruiz@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 691-17-3-685-0142 VA262-17-Q-1707 08-11-2017 RAFAEL RUIZ 9090-801-5785 08-18-2017 3PM PAC 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 X 100 X 339113 750 Employees N/A X Department of Veterans Affairs 11301 WILSHIRE BLVD WAREHOUSE LOS ANGELES CA 90073 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 See CONTINUATION Page SEE BELOW FOR SCHEDULE OF ITEMS. See CONTINUATION Page X X VA262-17-Q-1707 Page 1 of Page 2 of 8 Page 1 of Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION 4 B.3 DELIVERY SCHEDULE 4 SECTION C - CONTRACT CLAUSES 5 C.1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) 5 C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 5 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 6 D.1- SALIENT SPECIFICATIONS 6 SECTION E - SOLICITATION PROVISIONS 7 E.1 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS 7 E.2 ADDENDUM TO 52.212-2- EVALUATION-COMMERICAL ITEMS 8 VA262-17-Q-1707 Page 1 of Page 4 of 8 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Rafael Ruiz, Contracting Officer Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other- Upon Delivery [x] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM DESCRIPTION OF SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0001 BARIATRIC SHOWER GURNEY- TR EQUIPMENT MODEL TR4000 (OR EQUAL) LOCAL STOCK NUMBER: TR4000 3.00 EA __________________ __________________ GRAND TOTAL __________________ B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 3.00 VA262-17-Q-1707 Page 1 of Page 5 of 8 Page 1 of SECTION C - CONTRACT CLAUSES C.1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. C.2 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/ (End of Clause) VA262-17-Q-1707 Page 1 of Page 6 of 8 Page 1 of FAR Number Title Date 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS JAN 2017 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS JAN 2017 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS JAN 2017 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE JUL 2016 852.211-73 BRAND NAME OR EQUAL JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS D.1- SALIENT SPECIFICATIONS Features: The stretcher is easily and quietly raised by two powerful actuators. The hand-held control operates the power tilt in both directions and raises and lowers the trolley. The stretcher can easily be tilted to the Trendelenburg position, to alleviate a person in shock. The adjustable stretcher enables a comfortable working height position for the attendant. An audible tone sounds when the stretcher is level. The stretcher has rubber bumper wheels on all four corners to protect walls and doorways. Stretcher comes standard with a soft flame retardant mattress with drainage at the foot end and includes a drain hose and pillow. The trolley is made of durable, powder coated and zinc plated steel, making cleaning simple and efficient. The mattress is easily removable. Specifications: Length- 2210 mm (87 ) Width- 915 mm (36 ) Height- 535 - 835 mm (21 - 33 ) Working Load Limit - 450 kg (1000 lbs) Brake bar and upper side rail/hinge -Powder coated stainless steel Castors - Brakes on all four castors and straight steering Control - Hand control for height adjustment and tilting Mattress, Pillow- Flame retardant material Battery - Rechargeable, 24 V Dimensions (mm) VA262-17-Q-1707 Page 1 of Page 8 of 8 Page 1 of SECTION E - SOLICITATION PROVISIONS E.1 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS All offers must be in writing via e-mail and received no later than 3:00PM Pacific Time on Friday August 18, 2016. Offers must be sent to Rafael.Ruiz@va.gov Offerors shall submit one copy of the electronic SF1449 solicitation document with all fill-ins completed through Microsoft Word or Microsoft Word Compatible software. Offerors should thoroughly review the specifications of the solicitation and be familiar with the requirements of the solicitation prior to submitting offers in order to be fully aware of the scope of supplies and services required. Failure to do so will not relieve the successful Offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The Government shall not reimburse any cost not incorporated into the Offeror s price. Federal Acquisition Regulations (FAR) requires all Offerors conducting business with the Government to be registered in an online database: The System for Award Management (SAM) Government-wide online database for the provision of basic information and Online Representation and Certifications relative to awards. https://www.sam.gov. For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form SF 3881 (Attachment D) and submit to the VA Finance Center in Austin, Texas. If already completed with other procurement actions, disregard this section. Offeror s shall not make any changes to this solicitation document, its terms, or its conditions excluding fill in boxes. Any changes made to this solicitation without the express written authorization of the CO may result in the immediate termination of an awarded BPA, Task Order or Delivery Order without compensation of costs to the offeror. In addition, any changes made without the express written permission of the Contracting Officer may result in a non-responsive offer from the offeror resulting in exclusion from this solicitation proceeding at the sole discretion of the CO. Offeror s shall complete the attached schedule in full and contain either a price or n/a for items that the offeror is unable to provide. E.2 ADDENDUM TO 52.212-2- EVALUATION-COMMERICAL ITEMS The following factors shall be used to evaluate offers and are in descending order of importance: Technical Acceptance of Brand Name or Equal equipment. See section B.2 Price Factor 1 Technical Acceptance of equipment: Meet or Exceed the technical specifications listed in D.1- Salient Specs **Note** The agency may award to other than the lowest price if it is in the Government s best interest to do so. Factor 3 Price: Offerors shall submit their price using the attached schedule.   The price quote shall be specific, and complete in every detail. Method of Award: Award will be made to Offeror(s) based on Best Value procedures only and shall be based on the Offeror s ability to provide the supplies and services listed in the Description/Specification/Work Statement, and the evaluation factors listed above. Only Factors will be evaluated.   (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q1707/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-1707 VA262-17-Q-1707_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727472&FileName=VA262-17-Q-1707-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727472&FileName=VA262-17-Q-1707-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04625268-W 20170813/170811232203-0faef472fc5faa8e80b19ad5d582b868 (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.