Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2023 SAM #7885
AWARD

65 -- Purchase of patient Transport Chairs

Notice Date
6/28/2023 4:09:27 AM
 
Notice Type
Award Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C257-23-AP-3292
 
Archive Date
06/30/2023
 
Point of Contact
Robert M Clark Jr, Phone: 5122281088
 
E-Mail Address
robert.clark15@va.gov
(robert.clark15@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Award Number
36C10G23D0003
 
Award Date
06/29/2023
 
Awardee
TRILLAMED LLC Bingham Farms MI 48025 USA
 
Award Amount
24462.40
 
Description
Page 1 of 4 1 Introduction The Audie L. Murphy (ALM) VA hospital has a requirement to purchase transport chairs with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. See FAR Clause 52.211-6 � Brand Name or Equal (AUG 1999) for additional information. See attachments for salient characteristics. This requirement is in support of the activation at ALM. Item(s) are to be delivered to the location specified in section 2.4.1. Table 1 � Package Items Summary Item Number Item Description Quantity 1460-000-000 Prime TC Swing-Away Model 8 1460-016-000 Prime TC Swing Away Flip-Up 8 1460-013-024 Stryker ID Label � Red 8 1460-035-000 Prime TC IV Pole 8 1460-035-024 IV Topper � Red 8 1460-145-000 02 Holder 8 1460-001-200 Foley Bag Hook Option w/Legrst 8 1460-166-030 Leg Rest option 8 1460-075-000 Ground Chain Option 8 1460-109-001 Prime TC Domestic OPS Manual 8 7777-773-000 3 YR Parts 1 YR Labor & Travel 8 9000-900-902 Package Unboxed 8 2 General Conditions 2.1 Site Address 2.1.1 The address of the South Texas VAMC is listed below. Additional information on delivery is located in section 2.4. Audie L. Murphy VAMC 7400 Merton Minter San Antonio, TX 78229 Page 2 of 4 2.2 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 � Anticipated Building Outfitting Schedule Building Name Building # & Letter Acronym Est. Delivery Start Date Est. Delivery End Date STX VAMC ALM 671 ALM 1 Jul 2023 15 Jul 2023 2.3 Schedule and Order Management 2.3.1 The above delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 30+ days due to construction delays. 2.3.2 The awardees actual delivery dates will be confirmed by VA upon award. 2.3.3 Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. 2.4 Delivery and Receiving 2.4.1 Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA Logistics POC Kirk Mitchell (primary), 210-617-5300 x14404 prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. ? STX Audie L. Murphy (ALM) VAMC (Direct Delivery to address detailed in paragraph 2.1.1) 2.4.2 Delivery shall be freight on board (FOB) � Destination. 2.4.3 The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. 2.4.4 The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays. 2.4.5 Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. 2.4.6 Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. 2.5 Use of Warehouse 2.5.1 If the vendor requires the use of the Government�s activation contractor�s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. Page 3 of 4 2.5.2 The vendor shall communicate through the VA POC any required coordination requirements. 2.6 Clean Up and Disposal 2.6.1 There are no dumpsters available for vendor use. 2.6.2 The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. 2.7 Deliverables 2.7.1 The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. 2.7.2 The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. 2.8 Assembly and Installation [ ? is ? is not required] 2.8.1 The vendor is required to manage and coordinate installation at the STX ALM VAMC with the VA POC. 2.8.2 On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays. 2.8.3 The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. 2.8.4 The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 2.8.5 The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor�s (or associated sub-contractors) installation. 2.8.6 During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor�s contact, and to serve as the interface between the vendor and ALM VAMC. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor�s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. 2.9 Training [ ? is ? is not required] 2.10 Standard Warranty 2.10.1 The products shall be covered by vendor�s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following: 2.10.2 The Vendor shall provide a warranty certificate/form stating the warranty period, terms, and information required to initiate the warranty. 2.10.3 The warranty period set forth therein shall run for one year following the first day of use at ALM VAMC. Page 4 of 4 2.10.4 The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor. 2.10.5 The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor�s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and 2.10.6 The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. 3 INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION: The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services in the application of complex adaptive system theory to health care organizations. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. The certification and accreditation requirements do not apply to this procurement nor is a security accreditation package required. 4 PRIVACY OFFICER: The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage device will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. 5 RECORDS MANAGER: There will be no federal records created, maintained, used or disposition with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78681f134a3b4ef99ecfe9bd6a7d8ae2/view)
 
Place of Performance
Address: San Antonio, TX 78229, USA
Zip Code: 78229
Country: USA
 
Record
SN06730399-F 20230630/230629060345 (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.