Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
DOCUMENT

W -- Lease of Scrub Dispensing System for the following locations: Denver VA, 1055 Clermont St., Denver, CO 80220 and Rocky Mountain Regional Medical Center, 1700 Wheeling St., Aurora, CO 8004 - Attachment

Notice Date
2/6/2018
 
Notice Type
Attachment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918R0222
 
Response Due
2/13/2018
 
Archive Date
3/15/2018
 
Point of Contact
Loretta Schmidt, Contractor
 
E-Mail Address
a.schmidt@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 issued and effective July 14, 2016. This solicitation 36C25918R0222 is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 339999. This RFQ is being issued as a Veteran Owned Small Business set-aside under NAICS 339999, SBA Small Business Size Standard is 500 employees. Any award made as a result of this Solicitation will be made on an All or Nothing Basis. All Items being Solicited (Products and/or Receivables as appropriate) must be of New Manufacture; No Remanufactured or "Grey Market" items allowed. Grey 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 grey market items will be acceptable. 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. FAR 52.212-4 applies to all Solicitations and Awards. Department of Veterans Affairs, VISN 19, the Denver VAMC is located at 1055 Clermont St., Denver, CO. 80220 and the Rocky Mountain Regional Medical Center is located at 1700 Wheeling St., Aurora CO. 80045. These VA facilities are seeking a quote for the items listed below, in accordance with the requirements identified below. Solicitation and evaluation of offers are to be in accordance with (IAW) FAR 11.105 (a)(1). The STATEMENT OF WORK (SOW) for the requirements is as follows: PROJECT TITLE: Lease of Scrub Automation System Dispensers Denver/Fitz GENERAL: The Denver VAMC has provided quality healthcare for our Colorado veterans since 1951. This facility is part of VISN 19 - the VA Rocky Mountain Network. The Denver VAMC is located at 1055 Clermont St., Denver, CO. 80220. The Rocky Mountain Regional Medical Center is located at 1700 Wheeling St., Aurora CO. 80045. SCOPE OF WORK: Leased scrub equipment will be required at the Denver VAMC campus until August 31st, 2018. Leased scrub equipment at the Denver VAMC will be decommissioned and removed from the facility by the contractor no later than September 30th, 2018. Leased scrub equipment will be required at the Rocky Mountain Regional Medical Center effective June 1st, 2018. Contractor will deliver and install equipment. Contractor will provide equipment training to EMS linen staff. Lease of the Scrub Automation System Dispensers including the following specifications: SPECIFICATIONS: System must have a small footprint to fit in locker rooms or hallways. Depth must not exceed 18. System dispensers must not move the garment during transaction for improved reliability. System dispenser must take a complete set of scrubs (top and bottom) per slot. System receivers must have capability to hold up to 120 soiled sets to reduce trips to empty receivers. System must be web-based so anyone with security clearance can access from a computer. System software must contain Optimization report that ensures system is stocked with appropriate sizes. System dispenser must not take longer than 10 minutes to fill. System dispenser must have a Dispense Time of 3 seconds or less. System must allow efficient loading of the dispenser with 100% of scrub suit slots exposed during loading. Loading process and folding of scrubs must be identical for each model of dispensers. The process of folding scrubs and loading dispensers must be identical for each model to ensure efficiency and performance. All models must dispense scrubs the same way to ensure users satisfaction. System must be able to automate scrub distribution and have the capability to add automation to control linen. System must have camera in returned soiled machine. System must be able to run reports for usage, dispensing, and ability to monitor slots when empty or full with continuous 3 second updates. System is required in the following areas of the Denver VA 1055 Clermont St., Denver, CO. 80220: Operating Room (OR) Common Area 1 each dispenser, 1 each remote receiver, packer, video. Sterile Processing 1 each dispenser/receiver unit; Linen Services 1 each Web-Based Management Software; Denver Lab 1 each dispenser, 1 each remote receiver, packer, video. Systems from the Denver VA will be decommissioned August 31st, 2018 and removed from facility by contractor. System is required in the following areas of the Rocky Mountain Regional Medical Center 1700 Wheeling St., Aurora, CO. 80045: Inpatient Building South - 1 each dispenser/receiver unit. Inpatient Building South - 1 each dispenser, 1 each remote receiver, packer, video. Diagnostic and Treatment (3rd floor) - 1 each dispenser, 1 each remote receiver, packer, video. Diagnostic and Treatment (2nd floor) - 2 each dispenser, 2 each remote receiver, packer, video. Diagnostic and Treatment (Service level) - 1 each dispenser, 1 each remote receiver, packer, video. Linen Services 1 each Web-Based Management Software Systems for the Rocky Mountain Regional Medical Center will be base plus four TYPE OF CONTRACT Non-Personal services contract; fixed price that include one base year and four option years. CONTRACTOR FURNISHED EQUIPMENT AND HUMAN RESOURCES The Contractor shall furnish scrub dispensing and receiving equipment with all necessary materials to perform work required under the Scope of Work. The Contractor shall furnish adequate human resources with the technical experience and knowledge to satisfactorily complete all performance requirements. The Contractor shall coordinate work efforts with the Points of Contact (POCs). The Contractor shall provide to the Contracting Officer adequate insurance documents that will cover possible accidents or damage during the performance of the scope of work requirements. GOVERNMENT FURNISHED ITEMS The Contractor may utilize government utilities available at VAMC Denver, Colorado. The Contractor s responsibilities are to arrange or coordinate with the POCs to meet the requirement thereof, and pay the VAMC for use of government utilities. HAZARDOUS WASTES Hazardous waste generated in the performance of this requirement shall be disposed of in accordance with Federal, State and Local regulations POINTS OF CONTACT (POC) The POCs for this requirement is Ember Bathe, Program Support Supervisor, VAMC Denver, Colorado, 303-393-4613 and Derrick White, Administrative Assistant, VAMC, Denver as alternate. Communications will include both POCs. Commercial Items Terms and Conditions: The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-10, FOB Destination is in accordance with FAR 52.247-49. 52.204-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 and 52.247-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. SAM Requirement: 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. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. In addition, the following information is required for your quote to be considered: -Estimated delivery time (ARO): -Complete company name and address: -Company Point of Contact: -Email -Phone Number: -DUNS Number: Submit quotation, including a base year and four (4) option years for the lease of the equipment described in the Statement of Work, and all supporting documentation to loretta.schmidt@va.gov. Offers are to be provided no later than 4:00 pm (MST) February 13, 2018. Please feel free to contact me, if you have any questions, at loretta.schmidt@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918R0222/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918R0222 36C25918R0222.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4067174&FileName=36C25918R0222-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4067174&FileName=36C25918R0222-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04811970-W 20180208/180206231439-fe9713bb3f53262dd6f790c8c8dd6ed4 (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.