Point Of Contact Not Available
Attachment 2: Combined Synopsis/Solicitation for Commercial Items
Stepdown Beds
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 5 of 5
Original Date: 10/12/17
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25018Q9835
Posted Date:
09/7/2018
Response Date:
09/14/2018
Product or Service Code:
7195
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
339113
Contracting Office Address
Network Contracting Office 10
5500 Armstrong Rd
Battle Creek, MI 49037
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees.
The Department of Veterans Affairs, Network Contracting Office 10 is seeking to purchase Stepdown Beds for the John D. Dingell VA Medical Center, 4646 John R, Detroit MI 48201.
All items shall be new; refurbished/used/gray market items are not acceptable.
(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) Vendor 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.
All interested companies shall provide quotation(s) for the following HILL-ROM brand name or equal:
PROGRESSA ICU Therapy Beds
IAW FAR Part 11.104(b) An item submitted as an equal item must meet all of the following physical, functional, and performance characteristics to be eligible for award. :
Quantity: 15 PROGRESSA ICU beds:
Motorized Drive System with 6 casters
Pulmonary Therapy Surface
Percussion and vibration modules
Rotation Module
Retractable Foot Control
30ð/45ð Head-of-Bed Alarm
In-Bed Scale
3-Mode Bed Exit Alarm (PPM)
Standard Head and Foot Panel
Night Light
Steering Caster
Hands Free Emergency CPR, Trendelenburg
Siderails Control
Smart Bed Ready
Obstacle Detect System at Both Sides of the Bed
Drainage Bag Holders
Four IV Pole Sockets
Safe Working Load: 650 lbs
Patient Controls Backlighting
Trapeze brackets available
Bed Controls
Line Managers
Caregiver Pendant
Foot Controls Module
Oxygen Tank Holder Module
Accessory Outlet
As for technical specifications:
Length 88" (223.5 cm)
Width 40.5" (103 cm)
Self Driving (Intellidrive)
Pulmonary Therapy Surface with following specs: Mattress Weight 49 lbs (22.3 kgs) Width: 35.5 . Length: 84 , Height: 8.34
Percussion and vibration modules
Rotation Module
Highest Position: Top of Seat Section to Floor 35" (89 cm)
Lowest Position: Top of Seat Section to Floor 16.5" (41.9 cm)
Standard Caster 6" (15.24 cm)
Safe Working Load 650 lbs (295 kgs)
Maximum Patient Weight 500 lbs (227 kgs)
C-Arm Clearance 7-15" (17.8-38.1 cm)
Voltages 100/110/115/120/127/220/230/240
Fluid Ingress Protection IPX4
Radiolucent Sleep Deck Stnd 17.7" x 23"
(45 cm x 58.5 cm)
Place of Manufacture USA
Articulation Specifications
Head 0ð-67ð
Thigh 0ð-30ð
Foot 0ð-70ð
Trendelenburg 13ð
Tilt Table Function
(Reverse Trendelenburg) -18ð
Mattress: Pulmonary Therapy Surface: Width: 35.5 . Length: 84 , Height: 8.34
6 casters
In Bed Scale
Nurse call in side rail
The delivery date is 60 days after receipt of order.
Delivery shall be FOB Destination to the Department of Veterans Affairs, John D. Dingell VA Medical Center, 4646 John R Street, Detroit MI 48201.
Award shall be made to the quoter whose quotation represents the best value to the Government.
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:
FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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 [January 2017] with the following addenda: FAR 52.219-18, and 52.232-40; VAAR 852.203-70, 852.215-71, 852.232-72, 52.203-17, 52.204-18, 52.232-40, 852.211-73, 852.246-71 and 852.246-71.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [January 2017] The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt 1, 52.225-13, 52.232-33.
The Defense Priorities and Allocations System (DPAS) is not applicable.
This is an open-market combined synopsis/solicitation for products as defined herein.ÃÂ ÃÂ The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than September 14, 2018, by 4:00PM EST by email at
[email protected]. 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 Contract Officer, Brooke Hansen, at
[email protected].
Point of Contact
Brooke Hansen, Contract Officer, email:
[email protected].
Bid Protests Not Available