Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2022 SAM #7355
SOLICITATION NOTICE

65 -- 460-22-1-3384-0027 | STERIS 4095 Operating Tables

Notice Date
1/18/2022 5:27:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0208
 
Response Due
1/20/2022 6:00:00 AM
 
Archive Date
04/20/2022
 
Point of Contact
Derrick L. Maruski, Contract Specialist, Phone: 412-822-3744
 
E-Mail Address
Derrick.Maruski2@va.gov
(Derrick.Maruski2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Page 12 of 12 Page 4 of 12 This is a Combined Synopsis/Solicitation for (4) STERIS 4095 Operating Room Tables, Model as prepared in accordance with the format in Federal Acquisition Regulations (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. A firm-fixed price; Purchase Oder is anticipated. The solicitation number is 36C24422Q0208 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-03 dated 01/01/2022. This solicitation is set aside 100% for Small Business (SB) and the associated NAICS code 339113 has a small business size standard of 750 employees. Schedule of Requirement/CLINS - This requirement is BRAND NAME ONLY STERIS ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA __________________ __________________ STERIS 4095 Surgical Table, 120V, Stainless Steel Base, Featherweight LOCAL STOCK NUMBER: ST013911002 0002 4.00 EA __________________ __________________ Inspect and Start-Up 4095 Table LOCAL STOCK NUMBER: SE1101100072 0003 4.00 EA __________________ __________________ Standard Accessory Package with 2"" Anesthesia Arm board Pad and Extra Long Strap LOCAL STOCK NUMBER: BF425 0004 4.00 EA __________________ __________________ Extra Long Restraint Strap 126"""" (320 cm) LOCAL STOCK NUMBER: BF451 GRAND TOTAL __________________ Statement of Need Statement of Need INTRODUCTION/BACKGROUND: The Wilmington VAMC requires a Brand Name procurement of (4) STERIS 4095 Operating Room Tables. These tables are used for surgeries provided by Orthopedic, Vascular, Urology, Gynecology, General Surgery, Podiatry, and Oral Surgeons in Wilmington VAMC. OBJECTIVE: The Wilmington VAMC wishes to procure (4) STERIS 4095 Operating Room Tables. The period of performance requested for this acquisition is one-time purchase. The facility requests the ability to exercise up to zero option renewals. This need for this acquisition is determined to be routine and can be awarded within designated Contracting timeframes. To meet the needs of this acquisition, the following salient characteristics or needs must be met: Table Length 81 (2057 mm) Table Width 20 (508 mm) / 22 (547 mm) with side rails Table Height 26 to 45 (675 mm - 1136 mm) Tabletop slide range - 9 (227 mm) to head, 9 to foot Patient weight capacity 1,100 lb. (499 kg) patient support, including raise/lower (centered on the column.) 1,000 lb. (454 kg) full table articulation (centered on the column.) 600 lb. (272 kg) full table articulation, including slide in Normal Orientation, and slide ONLY toward the feet in Reverse orientation. 575 lb. (261 kg) full table articulation, including slide toward the head in Reverse Orientation 560 lb. (254 kg) Trendelenburg/Reverse - 30° / 30° Lateral Tilt (left/right) - 20° / 20° Head Section - +90° / -90° Back Section - +80° / -40° (10) Leg Section - 0° / -105° (removable) (11) Flex/Reflex - 140° / 100° Manual Override Perineal Cut-out Kidney Elevator - 4 powered radiolucent MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Deliver, setup, and provide training. Coordinating delivery with POC and or facility. Deliver equipment to: Wilmington VA Medical Center 1601 Kirkwood Hwy Wilmington, DE 19805 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Government-furnished property (GAP). MEETINGS AND REVIEWS: N/A TRAVEL REQUIREMENTS: N/A PROGRAM OFFICE POC: The identified POC and technical representative for this acquisition is: Name: Jennifer Coy Phone Number: (302) 994-2511 x 9250 Email: Jennifer.Coy2@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The POC shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. PERIOD OF SERVICE: Delivery must be made no later than 45 days After Receipt of Order CONTRACTOR QUALIFICATIONS: N/A SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: N/A (vii) The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following provision AND instructions are added as addenda: Addendum to FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following provision AND instructions are added as addenda: 52.252-1 Solicitation Provision 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): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) (End of provision) (ix) Provision 52.212-2 Evaluation of Commercial Items is applicable to this solicitation.  The following evaluation criteria will be utilized to determine the most advantageous quote for the Government; Price, Past Performance, and SDVOSB/VOSB Business Status. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. (xi) The Clause at 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021) applies to this combined synopsis solicitation and any resultant contract. Addendum to FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following by reference and full text clauses are added as addenda. 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Contractors (NOV 2021) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (APR 2020) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.212-71 Gray Market and Counterfeit Items (MAR 2020) (Deviation) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (Jul 2020) (Deviation) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2021) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Derrick.Maruski2@va.gov and received no later than 9:00 A.M. EST on Tuesday, December 28, 2021. Quote may be submitted on this document or the vendor s own form. ""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). Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Derrick.Maruski2@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contract Specialist, via email to Derrick.Maruski2@va.gov. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0c8edcac7f54ed982ae5ac476750ff1/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Medical Center - Wilmington ATTN: Jen Coy 1601 Kirkwood Highway, Wilmington, DE 19805, USA
Zip Code: 19805
Country: USA
 
Record
SN06219396-F 20220120/220118230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.