Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOLICITATION NOTICE

65 -- Denali 600 - Bariatric, Portable Powered Lift, Ohio

Notice Date
6/6/2024 4:40:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0721
 
Response Due
6/10/2024 2:00:00 PM
 
Archive Date
08/09/2024
 
Point of Contact
DeJanee R. Evans, Contract Specialist, Phone: 937-268-6511 ext 1524
 
E-Mail Address
dejanee.evans@va.gov
(dejanee.evans@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The Government reserves the right to make no award from this solicitation.   This is a request for quote (RFQ), and the solicitation number is 36C25024Q0721. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars FAC 2024-03 (eff. 2/23/2024). The associated NAICS Code is 339112, Surgical and Medical Instrument Manufacturing. The VA intends to solicit and negotiate with the OEM, Wy East Medical Corporation at 16700 SE 120th Ave. Clackamas, OR, 97015 and their four Service-Disabled Veteran-Owned Small Business (SDVOSB) authorized distributors: SDVOSB, Derrah Morrison Enterprises, LLC at 1120 Toro Grande Blvd., Bldg. 2, Suite 208, Cedar Park, TX, 78613; SDVOSB, Veterans Healthcare Supply Solutions at 2615 Port Industrial Drive, Unit 405, Jacksonville, FL, 32226; SDVOSB, Mercy Medical Equipment Company at 1303 S. Comal, San Antonio, TX, 78207 and 1st American Distributors, Inc at 151 Heritage Park Dr St 201 Murfreesboro, TN, 37129. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from OEM, Wy East Medical Corporation and their four SDVOSB authorized distributors (as mentioned above), to supply the Chalmers P. Wylie Ambulatory Care Center with the Denali 600 Portable, Mobile Floor Lift. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only OEM, Wy East Medical Corporation or their four SDVOSB authorized distributors (as mentioned above) are able to provide this requirement. Quotes are to be provided to DeJanee R. Evans, Contract Specialist, via email at dejanee.evans@va.gov, no later than June 10, 2024, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.  ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA $ $ DENALI 600 - 3'' CASTERS WITH 15"" SLINGBAR ***EIL 242 REPLACEMENT EE18922*** ***EIL 243 REPLACEMENT EE17235*** ***EIL 241 NEW ADDITION*** LOCAL STOCK NUMBER: 52300-15 Funding/Req. Number: 1 757-24-3-096-0334 0002 3.00 EA $ $ SPL SLING 600 LB CAPACITY LOCAL STOCK NUMBER: 52066 Funding/Req. Number: 1 757-24-3-096-0334 0003 3.00 EA $ $ ADDITIONAL ACCESSORIES: BATTERY-DENALI LOCAL STOCK NUMBER: 2503-007A Funding/Req. Number: 1 757-24-3-096-0334 0004 3.00 EA $ $ ADDITIONAL ACCESSORIES: WALL MOUNT BATTERY CHARGING STATION - DENALI LOCAL STOCK NUMBER: 52940A Funding/Req. Number: 1 757-24-3-096-0334 GRAND TOTAL $ The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2023) 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. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (NOV 2023) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MARCH 2023) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (FEB 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEC 2023) The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product. All quotes shall be sent to the electronically via email to DeJanee R. Evans at dejanee.evans@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than June 10, 2024, by 5:00 PM EST to dejanee.evans@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 Point of Contact listed below. Point of Contact DeJanee R. Evans Contract Specialist Network Contract Office (NCO) 10 Office: 937-168-6511 ext. 1524 Email: dejanee.evans@va.gov DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C250-24-AP-3489 Contracting Activity: Department of Veterans Affairs, Network Contracting Office 10, located at 3140 Governor s Place Boulevard Suite 210, Kettering OH 45409-1337, in support of VISN 10 VA Health Care System at 420 North James Road, Columbus, OH 43219-1834, using Transaction # 757-24-3-096-0334. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The National VISN SPHM (Safe Patient Handling and Mobility Program) Directive 1611 states that all staff are to use SPHM equipment to reduce the potential for risk of staff/veteran injury. The Safe Patient Handling and Mobility Program is requesting SPHM equipment for the Columbus VA Medical Health System CBOCs to include Marion/Newark and Zanesville to be in compliance with the National VISN SPHM Directive 1611. We are requesting three Denali 600 portable, mobile floor lifts. Two of the requested Denali 600 portable, mobile floor lifts will replace the existing end of life mobile floor based lifts at the Zanesville and Newark locations. One requested Denali 600 will be a new item for the Marion CBOC, as they have no SPHM equipment for vehicle extraction, floor recovery, ambulation, transfers and as a ceiling lift alternative. The Denali 600 portable, mobile floor lift is a crucial component currently being used at the Chalmers P. Wylie Outpatient VA clinic for safe patient handling to reduce the potential risk for injury to staff and veterans. It is stationed at the front entrance of the main facility and is used for vehicle extraction, floor recovery, ambulation, transfers and as a ceiling lift alternative. This is crucial to the veteran bariatric population due to its weight rating of 600 pound lifting capacity. No other mobile floor lift within the hospital system has this bariatric rating. It is the only mobile floor lift that can safely traverse the braille bumps directly in front of the main facility building. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The Wy East Medical Corporation Denali 600 is a power drive, mobile floor lift that is solely manufactured by OEM, Wy East Medical Corporation. It is unique with many features not available in other similar type products. It is power driven to eliminate caretaker manual push/pull forces and provide stable movement. It has a 600 pound lifting capacity. It is capable of car extraction in almost any size vehicle. We are requesting 3-inch low leg wheelbase for tighter clearance requirements. Dynamic braking drive wheels to maintain position. Manual maneuvering possible in event of system malfunction. Sling bar movement independent of lift arm movement. Removable hand controls for ease of operation and patient management. Capable of many ceiling lift type maneuvers. Easy floor recovery in tight spaces. 15 , 2 - point sling bar. The Denali 600 is the only lift that has powered Direction adjustable drive wheels for maneuverability in limited space with 53 turning diameter and can turn on a dime. Description of market research conducted and results or statement why it was not conducted: OEM, Wy East Medical Corporation is a small business that does utilize Authorized Distributors to further market their products. OEM, Wy East Medical Corporation has four Authorized Service-Disabled Veteran-Owned Small Business (SDVOSBs): Derrah Morrison Enterprises (DME), Veterans Healthcare Supply Solutions (VHSS), Mercy Medical Equipment Company and 1st American Distributors, Inc can all meet the government s needs. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ___________________________ Gina P. Crank Contracting Officer Network Contracting Office 10
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7afc52bb02746dcb25d8f106787d1b1/view)
 
Place of Performance
Address: Chalmers P. Wylie Ambulatory Care Center 420 N James Road, Columbus, OH 43219, USA
Zip Code: 43219
Country: USA
 
Record
SN07089206-F 20240608/240606230124 (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.