Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2022 SAM #7457
SOLICITATION NOTICE

65 -- Adjustment Table|540-22-2-6402-0013 (VA-22-00052682)

Notice Date
4/29/2022 8:57:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0529
 
Response Due
5/6/2022 12:00:00 PM
 
Archive Date
06/05/2022
 
Point of Contact
Ronnie Swailes, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) The solicitation number is 36C24522Q0529 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2022. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be set aside for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is 339113, Surgical Appliance and Supplies Manufacturing and the size standard is 750 employees. (v) The Louis A. Johnson VA Medical Center is seeking to purchase a Chiropractic Adjustment Table. This requirement consists of two (2) line item: Line-Item Number Description Part number Quantity 1 Zenith III 230 Hylo Chiropractic Adjustment Table EIL: 590, CSN: 6530-439849 NXA-SPECIAL-AMB, Care Treatment, Table 896 0043 1 2 Shipping STATEMENT OF WORK: Background VA Clarksburg requires one (1) Zenith III 230 Hylo Chiropractic Adjustment Table or equal. Salient Characteristics Zenith III 230 Hylo Chiropractic Adjustment Table Headpiece with ability to position patient for 3rd dimension and cervical adjusting Forward motion headpiece with lo-force drop mechanism Universal head raiser raises or tilts Face paper toweling and dispenser Soft hinged dorsal Swing away abdominal-single tension Slide and crank pelvic Terminal point pelvic drop with lo-force mechanism Adjustable front section Adjustable ankle rest cushion Dual footswitches for easy up, down and stop access Front mounted up, down and stop switches Tuck away footstep Upholstery: Black Height: 22 inches Length: 89 inches Width: 24 inches Cushion width: 18 to 21 inches Weight capacity: At least 300lbs Cleaning: Must be able to be cleaned with at least one of the following wipes: Caviwipe, PDI wipe, Clorox wipe and/or Sani-cloth wipe. Delivery Location Louis A. Johnson Medical Center 1 Medical Center Drive Clarksburg, WV 26301 Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above. The Contractor must comply and provide all necessary information to VA Clarksburg. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Requested Delivery Date Delivery of equipment is requested to be 30 Days ARO. Safety Data Sheet (SDS) If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property. Delivery Coordination Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government. ESTIMATED DELIVERY: Deliver 30 Days ARO The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (vii) All material shall be used by Louis A. Johnson VA Medical Center. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1500 on Friday, May 6,2022. Questions are due No later than 1600 on Wednesday, May 4,2022 eastern standard time. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4122b47af3ac4c599f58d3e5dbc24bce/view)
 
Place of Performance
Address: Clarksburg VAMC 1 Medical Center Drive, Clarksburg 26301
Zip Code: 26301
 
Record
SN06312956-F 20220501/220429230100 (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.