Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2024 SAM #8270
SOLICITATION NOTICE

65 -- Liko Wall Mounted Lifts and Installation Brand Name or Equal to

Notice Date
7/17/2024 9:09:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0746
 
Response Due
7/23/2024 10:00:00 AM
 
Archive Date
08/07/2024
 
Point of Contact
Maureen Sundstrom, Contract Specialist
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Page 9 of 9 This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26024Q0746. The Government anticipates awarding a firm-fixed price supply order from this solicitation. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. This is a solicitation for Liko Wall Mounted Patient Lift Systems and Installation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 Effective May 22, 2024. This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees and the PSC is 6515. All interested companies shall provide quotations that are Brand Name or Equal To for the following: Equipment Needed: QTY Description Unit Price Ext. Price 4 Liko Wall Mounted Patient Lift, Traverse Rail System (600 pound capacity) Includes: Likoguard T Lift Motor with 600 pound capacity Continuous Charge System 4.0m X 3.2m Rails, white Sling Guard Slingbar 450 w/QR Supports 1 Installation per Statement of Work (see Planning and Installation below) Salient Characteristics: Lift Unit a. Must meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state, and local codes. Appropriate documentation should be provided. b. Must comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods). c. Must be motorized (optional upgrade). d. Must interface with a hand control for electronic lifting and lowering of patients. f. Must include electronic soft start and soft stop. g. Must have a capacity for lifting 600 pounds, depending on Unit need for standard rooms. h. Must not beep or flash during normal operation to avoid alarming or disturbing staff and patients. i. Must have a continuous charge system that allows for the hoist to charge/recharge anywhere on the rail, so lift is always charged and ready for use. j. Must have an emergency stop pull cord that is easily accessible from standing person s height. k. Must have an emergency patient lowering option to safely lower patients from a standing person s height without the use of separate tools in the event of equipment malfunction. l. Must be capable of picking patients up off the floor- lifting strap length 96 inches or more. m. Must have an integrated patient scale with accuracy that meets or exceeds +/- 0.5% at max load. 1. Integrated scale must have a readout in the hand controller and must not decrease the lifting height of the system. n. Must be upgradable to allow for positioning lock of the hoist. o. Must have capability for displaying data in the hand controller that provides time of lift, amount of weight of lift, duration of lift total lift count, total hours, last/next service plus visual alerts for preventative maintenance inspections. p. Must have a three-year warranty on all parts and labor including batteries. Warranty shall include all travel or shipping associated with any warranty repair. q. Must accept the Nickel Metal Hydride (NIMH) battery r. Must have 15-year average life span s. Must have a wireless interface that is Wi-Fi ready which would allow for connectivity to the VA s Network infrastructure. t. System components must be compatible and interchangeable with existing Liko Patient Lift Traverse Rail System, motors, and slings. Network Infrastructure The lift system must have capability to be monitored remotely via web access. Hangar Bars/Accessories a. System must include a hanger bar without easily breakable parts such as rubber flaps. b. Hangar bars must be easily interchangeable without need of tools. c. Hanger bars must be compatible with all Liko loop slings used throughout the facility to avoid replacement/duplicative costs at this time. d. Rails must be 4.0 m X 3.2 m, white Batteries a. The system will utilize Nickel Metal Hydride (NIMH) batteries b. Batteries provided will have a three-year warranty. Warranty shall include all travel or shipping associated with any warranty repair. c. The system will have visual and audio low battery indicator(s). Vendor/Manufacturer a. Must provide proof of ongoing service quality and consistent management, including failure reports and any other applicable documentation, to be presented with the quote. b. Provide 3 years of warranty on tracks, installation, motors, and other parts, including the price of parts, labor, and travel, or 10 year purchased option of warranty which includes manufacturer responsibility of repairs and annual PM s. Training/Service a. Vendor to provide certified in-service training for all shifts of direct patient care staff in units where lifts are installed at no additional cost to the Government (up to 10 sessions). This training must include hands-on lift use and be extensive enough to prepare participants to train others. b. Vendor to provide service maintenance training to Biomedical Engineering personnel. Training to include preventive maintenance, inspections, and repairs. c. Vendor must provide localized service support. Planning and Installation Planning and Installation a. Contractor will provide all qualified personnel, materials, equipment, and services necessary to install new hoist with conversion trolley, and hanger bar, attachment hardware, and all other equipment necessary for safe operation. The Contractor shall verify all measurements and installation requirements. b. Contractor will install traverse rail and test all lifts to manufacturer specifications and VA checklist requirements. To include all anchor, pull testing for lifts attached to infrastructure To include calibration/testing of integrated patient scales Must be weight tested at 1.5 times the 600 pounds hoist maximum lifting capacity. a. Contractor will use calibrated weights for testing of lifts. b. Contractor will provide evidence of testing of all lift systems provided. c. Contractor will be responsible for the removal and disposal of the existing GH2 model hoist and give a credit back to the VA. d. Period of Performance shall be 40 days e. ICRA containment Level III is required c. Contractor shall patch and paint any defects due to installation of lifts. Contractor shall provide all labor, materials, and equipment for installation. Noise shall be controlled during all working hours. Delivery FOB Destination is preferred, 30-60 days after receipt of order. All deliveries will be coordinated with the Roseburg VA Healthcare System Point of Contact. Place of Delivery: Department of Veterans Affairs Roseburg VA HealthCare System 913 NW Garden Valley Blvd Roseburg, OR 97470 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.252-1 Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.233-2 Service of Protest (SEPT 2006) VAAR Provisions: 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Salient Characteristics Price *Adherence to the salient characteristics and meeting the special standard is more important than price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.213-3 Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 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. All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification Veteran Small Business Certification (sba.gov). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 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) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items (NOV 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAY 2024) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.203-17 52.204-10 52.204-27 Contractor Employee Whistleblower Rights (NOV 2023) Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) 52.219-6 52.219-28 Notice of Total Small Business Set-Aside (NOV 2020) Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2)) 52.222-3 52.222-19 Convict Labor (JUN 2003) (E.O. 11755) Child Labor Cooperation with Authorities and Remedies (NOV 2023) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.226-8 52.232-33 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) All quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 10:00 AM PST on 07/23/2024. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation may be considered non-responsive. Required Supporting Documentation: Buy American Certificate Authorized Distributor Letter if not the manufacturer Certification that equipment meets/exceeds the salient characteristics of the desired brand above Delivery date The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aea4cb746e614f7fa362a8cc16087c00/view)
 
Place of Performance
Address: Department of Veterans Affairs Roseburg VA Healthcare System 913 NW Garden Valley Blvd, Roseburg 97470
Zip Code: 97470
 
Record
SN07132694-F 20240719/240717230126 (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.