DOCUMENT
65 -- Midmark Exam Tables - Attachment
- Notice Date
- 8/17/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 5 (NCO 5) 90C;NCO 5;1540 Spring Valley Drive;Huntington WV 25701
- ZIP Code
- 25701
- Solicitation Number
- VA24517Q0293
- Response Due
- 8/31/2017
- Archive Date
- 9/15/2017
- Point of Contact
- Katrina L. Cruz
- E-Mail Address
-
katrina.cruz@va.gov
(katrina.cruz@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 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. This procurement is being conducted under FAR Part 13 Simplified Acquisition Procedures and the conduct of the procurement will be in accordance with FAR Parts 12 and 13. The solicitation number is VA245-17-Q-0232 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) 2005-95. This procurement is set-aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and only qualified Offerors may submit bids. The applicable North American Industry Classification System Code (NAICS) is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing and the small business size standard is 1,250 employees. OFFERORS MUST STATE if the item is on a FSS/GSA schedule awarded to the Offeror include the schedule information on your offer. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. 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 and VOSBs 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. 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 Offeror responsibility to ensure the quote is received. Quote must be good for 60 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. Basis for Award: Lowest Price Offer. Award will be based on the lowest reasonable and realistic price received conforming to this combined synopsis/solicitation. No discussions are expected to be necessary, however, discussions are reserved to be conducted at the discretion of the CO. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Item: 625 Barrier-Free Power Exam Table w/receptacle, pelvic tilt, drawer heater Mftr: Midmark Corp Mftr #: 625-001 10.00 EA ________________ ________________ 0002 Item: Upholstery Top 28 wide premium, Blueberry Mftr: Midmark Corp Mftr #: 002-0874-235 10.00 EA ________________ ________________ 0003 630 HumanForm Power Procedures Table, non programmable w/receptacle Mftr: Midmark Corp Mftr #: 630-010 1.00 EA ________________ ________________ 0004 Item: Upholstery Top - 28 wide premium, Blueberry Mftr: Midmark Corp Mftr #: 002-1644-235 1.00 EA ________________ ________________ GRAND TOTAL __________________ Date(s) and place(s) of delivery and acceptance and FOB point: Delivery must be within 60 days ARO FOB: Destination Deliver to: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving St Washington, DC 20422 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: 52.204-22, Alternative Line Item Proposal (JAN 2017); 52.211-6, Brand Name or Equal (AUG 1999); 52.214-21, Descriptive Literature (APR 2002). VAAR 852.252-0 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the Contracting Officer. (End of Addendum to 52.212-1) The following Clauses apply to this Solicitation: 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 001AL-11-15-A 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 interview 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. VAAR 852.246-70, Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 1 Year, 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 Clause) VAAR 852.246-71, Inspection (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. (End of Clause) The following FAR Clauses are to be incorporated by reference: 52.212-4, Contract Terms and Conditions--Commercial Items (JAN 2017); FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC 2007); 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 (JAN 2008); 852.211-70, Service Data Manuals (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 (JUL 2016)(DEVIATION). (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: 52.204-10, 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); 52.219-27, Notice of Service- Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f); 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); 52.222-50, 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) Offeror Attachments: If an equal item is offered, the offeror must submit descriptive literature that conclusively establishes product equivalency and technical acceptability and compatibility at time of quote submission. IF THE OFFEROR IS NOT THE MANUFACTURER OF THE QUOTED ITEMS, THE OFFEROR SHALL SUBMIT WRITTEN EVIDENCE AT THE TIME OF QUOTE SUBMISSION THAT CLEARLY VERIFIES THEYARE AN AUTHORIZED DISTRIBUTOR AND/OR RESELLER OF THE QUOTED PRODUCTS and will provide the items on or before the specified delivery date. Offeror Instructions: The Government intends to issue a single award firm fixed price purchase order. Offerors must submit quotes electronically via email. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. Questions: All questions in regards to this combined synopsis/solicitation must be sent in writing to katrina.cruz@va.gov no later than 2:00 PM EST, Wednesday, August 23, 2017. Responses: All quotes are due no later than 2:00PM EST, Thursday, August 31, 2017. Offers will only be accepted electronically via e-mail to katrina.cruz@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HuVAMC/VAMCCO80220/VA24517Q0293/listing.html)
- Document(s)
- Attachment
- File Name: VA245-17-Q-0293 VA245-17-Q-0293.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3738471&FileName=VA245-17-Q-0293-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3738471&FileName=VA245-17-Q-0293-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-17-Q-0293 VA245-17-Q-0293.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3738471&FileName=VA245-17-Q-0293-000.docx)
- Place of Performance
- Address: Department of Veterans Affars;Washington DC VA Medical Center;50 Irving St;Washington DC
- Zip Code: 20422
- Zip Code: 20422
- Record
- SN04635317-W 20170819/170817233001-b2d4457d31e17a822548bbb32d7d5e7e (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 |