Combined Synopsis-Solicitation for Commercial Items
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5
Original Date: 10/12/17
Revision 04 Date: 06/10/20
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; 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 2021-04.
This solicitation is set-aside for SDVOSB in accordance with VAAR 852.215-70. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) Database (http://www.vetbiz.gov)
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 Employees.
The FSC/PSC is 6515.
The VA Boston Health Care System, Jamaica Plain Campus located at 150 S. Huntington Avenue, Jamaica Plain, MA 02130 is seeking to purchase 4 Prime Zoom Electric Stretchers.
All interested companies shall provide quotations for the following:
Supplies
Line Item
Description
Quantity
Unit of Measure
1125000000E
1125016000
1070010200
1105011160
0753105410
1008015020
1105045310
1125035338
1105035250
1105045035
1806034300
1125001903
7777770201
1105003552
1028010401
1028010010
1028146050
9000900910
1125101003
NO PLUG
1105210365
1125010145
Prime Zoom Electric Stretcher
700lbs Weight Capacity
Chaperone Stretcher Exit Alarm (Includes Scale)
Dual End Siderail Release
2 Sided Hydraulic Controls
Foot end Nursing Controls
Integrated Transfer Board
2 Stage IV Pole - Head End Left
No IV Pole Foot End
Integrated Pump Rack
ISOFLEX SE FIRE BARRIER, 30IN
1125-E, DPM LABEL
Contract 2 Year, Parts, Labor, Travel
Gray ID Bumpers
Domestic Zoom Label - English
Domestic 120V Litter Components (DOMESTIC REPS ONLY)
Standard Retractable Cord
UNBOXED
LABEL, SPECIFICATION
NO PLUG
Foot end Cover Option
Head End Cover Option
4
EA
STATEMENT OF WORK
Stryker Prime Zoom Electric Stretchers
VA MEDICAL CENTER, JAMACIA PLAIN, MA
The Contractor shall provide delivery of (4) Stryker Prime Zoom Electric Stretchers to VA Boston Health Care System, Jamaica Plain Campus located at 150 S. Huntington Avenue, Jamaica Plain, MA 02130.
Prime Zoom Electric Stretcher
Item Description:
Fully motorized patient transport systems (stretchers):
Motorized Stretcher drive functions,
700lb weight capacity
powered backrest with Lift Assist manual functionality,
power knee gatch with quick release lowering,
retractable cord reel,
30 wide patient surface w/4 mattress,
23 low height,
litter mounted oxygen tank holder,
4-wheel central locking brake system with dual end activators,
dual mounted foot control hydraulics w/uni-lower pedal,
glide away side rails,
4 integrated IV receptacles,
integrated bumpers,
+/- Trendelenburg,
8 Omni surface casters w/integrated wheel covers,
integrated foot end pulls handles,
foot end patient lockout controls and
2-year warranty
Additional features: Dual End side rail release, foot end nursing controls, 30 transfer board, integrated pump rack, 2 stage permanent fold IV pole-foot rt and 4 Isoflex SE fire barrier mattress.
Delivery shall be provided no later than 30 days after receipt of order (ARO). Destination Delivery. Products must in stock and available for delivery.
Place of Performance/Place of Delivery
Address:
150 S. Huntington Avenue, Jamaica Plain, MA
Postal Code:
02130
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:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items
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
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
The following subparagraphs of FAR 52.212-5 are applicable:
52.204-7, 52.211-6, 52.212-2 52.212-3
All quoters shall submit the following: Quote
All quotes shall be sent to the Contract Specialist,
[email protected]
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 following are the decision factors:
Price, past performance, warranty/extended warranty, speed of delivery, items available on hand.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, 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 March 11, 2021 at 10:00AM
[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 Point of Contact listed below.
Point of Contact
Contract Specialist
Divianna Mathurin
[email protected]
(203) 932-5711 x 8748
Bid Protests Not Available