Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

71 -- PATIENT BOARDS 506-18-4-141-0153 - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
36C25018Q9712
 
Response Due
8/22/2018
 
Archive Date
10/21/2018
 
Point of Contact
Brooke Hansen
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 3 of 6 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q9712 Posted Date: 8/16/2018 Response Date: 8/22/2018 Product or Service Code: 7195 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 337214 Contracting Office Address Network Contracting Office 10 5500 Armstrong Rd Battle Creek, MI 49037 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1000 employees. The Ann Arbor VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105 is seeking to purchase Communicare boards. All interested companies shall provide quotation(s) for the following brand name product: Supplies Line Item Description Quantity Unit Price Total Price 1 Health Environment Art Services Communicare Original Standard Acrylic Marker boards Model # S2432A 24 x32 vertical Patient information board with custom selected graphics (See attached rendering) Includes security hardware mounting system Magnetic frame on boards ¼ clear acrylic with polished edges 40 2 Installation 1 ANN ARBOR VAMC 5th FLOOR PATIENT BOARDS FURNISHINGS PURCHASE & RELATED SERVICES: DESCRIPTION/ SPECIFICATIONS/ WORK STATEMENT SCOPE OF WORK: The intent of this purchase is to order, fabricate, and deliver, and install communicare patient boards for inpatient rooms. This will replace and expand damaged and worn out at the Ann Arbor VAMC, located at 2215 Fuller Rd., Ann Arbor, MI 48105, on the fifth floor, in the inpatient unit. This order is for (40) Communicare boards. Installation services will be completed in house due to room access issues. The Ann Arbor VAMC is ready immediately for the new communicare boards. Vendor shall coordinate and schedule with the VA when this needs to occur. Vendor shall receive and deliver the product at the time of installation. Delivery and Install to be coordinated with the VA Interior Designer. Product provided to be Health Environment Art Services Communicare Original Standard Acrylic Marker Boards. Product must meet the sizes, finishes and functionality. Product The specific product listed below is to match existing boards within the medical center that these will supplement. (40) Health Environment Art Services Communicare Original Standard Acrylic Marker boards Model # S2432A 24 x32 vertical Patient information board with custom selected graphics (See attached rendering) Includes security hardware mounting system Magnetic frame on boards ¼ clear acrylic with polished edges Rendering CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the Federal regulations and VA Ann Arbor Healthcare System policies and requirements. PREVENTIVE MAINTENANCE: The Contractor will provide all warranty work during active warranty period. All preventive maintenance will be done by trained staff or an appropriate designated party after the warranty expires. Applicable warranties will be provided for all products at time of full delivery. PARTS: Work under warranty and/or provision of any missing and/or damaged items found during delivery review must be conducted within a reasonable amount of time depending on the availability of supplies and material for all furniture and accessories. REPORTING REQUIREMENTS: Approximate delivery date and time is to be pre-arranged, coordinated with and approved by VA Interior Designer. Vendor must immediately alert the VA Interior Designer of any potential delays that may impact each activation date, this order will also require vendor consideration during outside activities. Vendor will be responsible for site coordination so that it doesn t interfere with adjacent pedestrian and/or vehicular traffic during delivery. Only installers and authorized VA staff will be permitted in actual activation areas. The vendor and a VA representative shall document items delivered. This report will serve as receipt of all items delivered; any missing, incorrect items or damaged boxes will be noted. This must occur in addition to an install punch list. Unpacking/staging and removal of all packaging materials and other refuse is a VA requirement of this Contractor. VA representative (Interior Designer) shall be notified immediately of any missing/incorrect and/or previously unseen damage as documented during installer staging and/or install. Place of Performance Address: Ann Arbor VAMC 2215 Fuller Road Ann Arbor, MI 48105 Postal Code: 48105 Country: UNITED STATES Award shall be made to the quoter whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [January 2017]with the following addenda: FAR 52.219-28, and 52.232-40; VAAR 852.203-70, 852.232-72, and 852.246-71 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [January 2017] The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt 1, 52.225-13, 52.232-33. The Defense Priorities and Allocations System (DPAS) is not applicable. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Wednesday, August 22, by 4:00PM EST by email at brooke.hansen@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer, Brooke Hansen, at brooke.hansen@va.gov. Point of Contact Brooke Hansen, Contract Officer, email: brooke.hansen@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/36C25018Q9712/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9712 36C25018Q9712.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545914&FileName=36C25018Q9712-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545914&FileName=36C25018Q9712-000.docx

 
File Name: 36C25018Q9712 Redacted JA.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545915&FileName=36C25018Q9712-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545915&FileName=36C25018Q9712-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05041961-W 20180818/180816231814-7d0283c5f099c3c4310d03357a3430b5 (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.