Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
DOCUMENT

65 -- Stretchers for Emergency Department - Electric. Combined Synopsis/Solicitation for Commercial Item. Brand-Name Only. 100% Set-Aside for SDVOSBs. Response to be received no later than 4:00pm CST Thursday, May 17, 2018. Thank you. - Attachment

Notice Date
5/11/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
36C26318Q0595
 
Response Due
5/17/2018
 
Archive Date
6/16/2018
 
Point of Contact
Joseph Bennett, Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for: Electric Powered Stretchers by Stryker, Brand-Name Only, Set Aside 100% SDVOSBs. Solicitation number: 36C26318Q0595 1a. DESCRIPTION OF THIS SOLICITATION. 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is for the acquisition of: (10) Electric powered stretchers Stryker Prime Series with Zoom motorized drive with specified accessories, (1) Stryker Gynnie OB/GYN Stretcher with specified accessories. See 1b. Requirement Description below. Respond by: Response to this solicitation must be received no later than: 4:00pm CST, Thursday May 17,2018 Respond by emailing offer to Joseph.Bennett@va.gov and include in the subject line: Solicitation 36C26318Q0595 for Stretchers. SDVOSB Set-Aside: This solicitation is Set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). Only VA verified SDVOSBs listed in the Vendor Information Pages (VIP) Database at the time of award of contract will be considered. Quotations from Non VIP verified offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. Click on this link for Vetbiz: https://www.vip.vetbiz.gov/ Brand-Name Only solicitation: This is a Brand-Name Only solicitation. NAICS code/Size Standard/PSC or FSC: NAICS code (North American Industrial Classification system: 339113 Size Standard for this NAICS code: 750 employees PSC/FSC (Product Service Code/Federal Supply Code): 6515 Type of Contract/Award: The type of contract/award the government intends to make/enter into for this solicitation is a single award, firm-fixed price purchase order. Delivery: FOB Destination, 8-10 weeks ARO. See 1b Delivery. Contract Period: FOB Destination, Delivery, 8-10 weeks ARO. Method of Payment: Payment will be made electronically to: Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com. Notice Listing Clauses Incorporated by Reference. In accordance with FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE there are below, clauses incorporated by reference (by Citation Number, Title and Date) and have the same force and effect as if they were given in full text. The full text can be found at: https://www.acquisition.gov/browsefar or https://www.va.gov/oal/library/vaar/ 1b. DESCRIPTION OF SUPPLIES/SERVICES NEEDED for solicitation 36C26318Q0595: Supplies/Services Needed: 1. Ten (10) Electric Motorized Stretchers, Stryker Prime Series with Zoom Motorized Drive Mfr #: 1125000000E with manufacturer s warranty on base and accessories. Shall have a weight capacity of 700 lb (318 kg). Shall be a 31" (78.7 cm) in width with side rails down. Shall be 86" (218 cm) in length. Shall have patient surface area as 30 X 75.25. Shall be 23" (58 cm) in low height. Shall have 0 °-90 ° backrest litter positioning. Shall have 0 °-40 ° knee gatch litter positioning. Shall have an integrated utility tray. Shall have a litter mounted oxygen bottle holder. Shall have an integrated transfer board. Shall have four-wheel, center-locking brake system with dual end activators. Shall have dual, side mounted foot control hydraulics with uni-lower pedal. Shall have 4 integrated IV receptacles. Shall have +/- Trendelenburg positioning. Shall have pneumatic backrest/stationary foot. Shall have Constant descent hydraulics. Shall have dual end brake/steer controls. Shall have 1 year warranty for parts, labor and travel. Shall have a motorized drive system that reduces strenuous pushing, pulling and steering that can often result in threatening back injuries. Shall be equipped with a recovery chair position that helps eliminate the need for unnecessary transfers by providing a comfortable position for patients. This also makes daily patient handling easier and supports both patient and hospital staff safety. Shall be equipped with side rails that have a one fluid motion, maximum patient security when raised and zero transfer gap when lowered. Shall have 6 wheels with the primary steering mechanism functioning on two wheels to eliminate sliding across the floor when turning or cornering. Shall be equipped with comfort gel stretcher surface to aid in prevention and treatment of any stage of pressure injury. Shall be equipped with a two zone exit alert system that uses a load cell technology to assist with fall reduction. Shall have Integrated scale system. Shall have dual-ended side rail release. Shall have retractable cord reel. Shall have electric patient controls. Shall have foot end nursing controls. Ten (10) Chaperone Litter Assembly Stryker Prime Series Mfr #: 1070010200 Shall be equipped with a two zone exit alert system that uses a load cell technology to assist with fall reduction. Shall have ability to alert staff when a patient begins to exit the stretcher via an alarm. Shall be compatible with Stryker Prime Series with Zoom Motorized Drive Mfr #: 1125000000E) Ten (10) Staff Control Stryker Prime Series Mfr #: 1008015020 Shall have controls integrated into the foot end of the stretcher. Shall have the ability to electrically control fowler up & down and gatch up & down. Shall be compatible with Stryker Prime Series with Zoom Motorized Drive Mfr #: 1125000000E) Ten (10) Dual Latch assembly Stryker Prime Series Mfr #: 1105011160 Stretcher shall have dual-ended side rail release. Stretcher shall have dual latch on side rails. Shall be compatible with Stryker Prime Series with Zoom Motorized Drive Mfr #: 1125000000E) Ten (10) IV Poles Stryker Prime Series Mfr #: 1125035338 Shall have easy to use, convenient support for IV bottles/bags. Shall be available in two stage lengths. Shall be 30 inches at maximum length. Shall be compatible with Stryker Prime Series with Zoom Motorized Drive Mfr #: 1125000000E) Ten (10) Isoflex Fire Barrier Stryker Prime Series Mfr #: 1806034300) Mattress shall have a gel pressure redistribution surface. Mattress shall have a fire barrier cover on the surface. Shall be compatible with Stryker Prime Series with Zoom Motorized Drive Mfr #: 1125000000E) 2. One (1) Stryker Gynnie OB/GYN Stretcher with manufacturer s warranty on base and accessories. Shall have a weight capacity of 500 lb (225 kg). Shall be 81 inches (205.7 cm) in length. Shall have patient surface area as 26 x 75.5 (66 x 191.5 cm). Shall be 31.5 (80 cm) inches in width with side rails up. Shall have 4 (10 cm) support surface with sealed seams. Shall have 8 (20 cm) Omni Surface casters with wheel covers. Shall have 26 (66 cm) wide patient surface. Shall have 0 °-90 ° backrest litter positioning. Shall have 0 °-90 ° knee gatch litter positioning. Shall have Dual cylinder pneumatic backrest. Shall have Dual pedestal hydraulics with constant rate descent. Shall have Dual side-mounted foot control. Shall have hydraulics Retractable fifth-wheel steering. Shall have four-wheel, steel-ring brakes with dual side and head activators. Shall have glide away side rails Shall have integrated storage tray with oxygen bottle holder. Shall have permanently-attached folding foot section. Shall have permanently-attached foot supports Shall have pop-up push handles Shall have roller bumpers Shall have one-handed foot section release lever. Shall have hoop for drainage basin. Shall have one year warranty for parts, labor and travel. 3. Manuals/Cleaning/Maintenance a. Include: User Manuals. At least 2 per model of Service/Repair Manuals. b. Material of stretchers must be able withstand hospital grade wipes to sanitize equipment between uses. c. Training materials must be available upon delivery with ability to access via the internet. 1c. Delivery FOB Destination, 8-10 weeks ARO. Deliver to: Department of Veterans Affairs Fargo VAMC, Warehouse 2101 Elm St. Fargo, ND 58102 Materials of all pieces to which make the equipment fully functional, including all accessories must be present upon delivery. 2. INSTRUCTIONS TO OFFERORS The Provision FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. 3. EVALUATION OF OFFERS The Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Past performance IAW 9.104-3(b). Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if indicated as instructed by the language of the provision. 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 852.203-70  Commercial advertising (Jan 2008) 852.211-70 Service Data Manuals (Nov 1984) 852.219-10  VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.232-72  Electronic submission of payment requests (NOV 2012). 852.246-71 Inspection (JAN 2008) Addendum to FAR 52.214-4 consists of these additional clauses incorporated by text: Original Equipment/No Gray Market Goods (a) This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance fora period of: one 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. Limitations on Subcontracting - Monitoring and Compliance (JUN 2011) This solicitation includes 52.219-14, Limitations on Subcontracting. 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. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 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 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). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 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) 52.225-13, 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). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4, Applicable Law for Breach of Contract Claim. **end solicitation**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/36C26318Q0595/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318Q0595 36C26318Q0595.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300158&FileName=36C26318Q0595-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300158&FileName=36C26318Q0595-000.docx

 
File Name: 36C26318Q0595 P03._J_A_Brand Name Justification_Emergency Dept Stretchers_Fargo_MPT-150K JOE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300159&FileName=36C26318Q0595-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300159&FileName=36C26318Q0595-001.pdf

 
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: Department of Veterans Affairs;Fargo VAMC;2101 Elm Street;Fargo, ND 58102
Zip Code: 58102
 
Record
SN04919546-W 20180513/180511230734-f500b0cf0741e63aa5ce220d43ddd9a2 (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.