Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2024 SAM #8319
SOLICITATION NOTICE

65 -- Light, Exam, Mobile, Spotlight, Mobile Stand VA San Diego Healthcare System

Notice Date
9/4/2024 1:35:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
36C24W24Q0228
 
Response Due
9/13/2024 11:00:00 AM
 
Archive Date
11/12/2024
 
Point of Contact
Erica Perry-Johnson, Contract Specialist, Phone: 480-686-5349
 
E-Mail Address
erica.perry-johnson@va.gov
(erica.perry-johnson@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 8 of 8 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 8 DESCRIPTION Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number 2024-06 Effective Date: 08/29/2024 This solicitation is set-aside for Small Businesses (SB) The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 Employees. The FSC/PSC is 6515. The VA San Diego Healthcare System is seeking to purchase Mobile Exam Lights with Mobile Stands for the Spinal Cord Injury (SCI) and Community Living Center (CLC). This equipment will enhance rehabilitation services for the SCI/CLC. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Welch Allyn (WA) GS Exam Light IV with Table/Wall Mount WA#48810 (Or Equal) 25 EA 0002 Welch Allyn (WA) Tall Mobile Stand for Green Series Procedure Lights 3 ft. WA#48960 FOB Destination (Or Equal) 25 EA STATEMENT OF WORK GENERAL: VA San Diego Spinal Cord Injury and Community Living Center has executed a new build that will meet the VA seismic criteria and meet VHA standard for long term care, 3350 La Jolla Village Drive, San Diego, CA 92161, has a requirement for exam lights. BACKGROUND: The VA San Diego Spinal Cord Injury (SCI) and Community Living Center (CLC) expansion has a requirement for exam lights. PURPOSE: Exam light is used to assist clinical staff to local illumination of the patient s body during diagnostic procedures and minor procedure. It is crucial equipment for delivering patient care for VA San Diego Spinal Cord Injury (SCI) and Community Living Center (CLC). SCOPE: VA San Diego Spinal Cord Injury and Community Living Center is requesting contractors to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the need of the Government. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: Exam Lights Welch Allyn 48810/48960 The exam light shall be a mobile floor unit. The light will be LED that can produce a continuous and homogeneous spot of light adjustable from 5 to 9 inches in diameter from a set distance. The light intensity shall be a minimum of 750 foot-candles at a distance of 16 inches and have a color temperature of 3,200degrees Kelvin. The unit will consist of an arm or sleeve of approximately 45 inches in length to allow for easy arm rotation and arm movement up and down. The unit shall be mounted on a caster base for easy movement. Touchless on/off. Includes mobile stand 5-year limited warranty Equipment dimensions approx.: 21 D x 21 W x 61 H Quantity: 25 FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above. SOFTWARE: N/A INSTALLATION AND TRAINING: Contractor is to provide a one-time training at installation of equipment (if applicable). Government will not require additional training. Training sessions will be coordinated with VA POC. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment. PERFORMANCE: All items to be delivered after receipt of purchase order not earlier than 9/1/2024 but not later than 10/1/2024. 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 COR POC Ismaila Ndiaye (Cell): 858-228-6138 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. Vendor shall abide by all rules and regulations set forth by VA San Diego due to Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on VA San Diego campus grounds. Hours: Normal duty hours are 8:00 a.m. through 4:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. PLACE OF DELIVERY: VA Activation Warehouse Ace/Adonius Warehouse 5608 Eastgate Drive, San Diego, CA 92121 SECURITY Information Security The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES sited in section C. Contract Clauses (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards, and VA policies as VA personnel, regarding information and information system security. These include but are not limited to the Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in ""VA Information and Information System Security/Privacy Requirements for IT Contracts"" located at the following Web site: http://www.iprm.oit.va.gov Contract Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004, and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. Delivery shall be 30 Days after receipt of order (ARO). FOB Destination Place of Performance/Place of Delivery: VA San Diego Healthcare System Ace / Adonius Warehouse Address: 5608 Eastgate Drive San Diego, CA Postal Code: 92121 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: See Attached RFQ The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Submission of your response shall be received not later than 13 September at 11:00AM Pacific Daylight Time (PDT). 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: Erica Perry-Johnson erica.perry-johnson@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5ab954ff18846c983ab8f49193eead4/view)
 
Place of Performance
Address: Department of Veterans Affairs VA San Diego Healthcare System Ace / Adonius Warehouse 5608 Eastgate Drive, San Diego 92121, USA
Zip Code: 92121
Country: USA
 
Record
SN07198130-F 20240906/240904230120 (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.