Bid Opportunity: 6210--Commercial Light Fixtures

Customer Login

Government Bid Opportunity

Title:

6210--Commercial Light Fixtures

Category: 62 - Lighting Fixtures and Lamps

Get Started   

To view similar Open Bids we recommend the Federal, State & Local package.

Bid Details

     
Type:   Bid
Agency Type:   Federal
State:   Florida
Date Entered:   03/08/2023
Due Date:   03/22/2023
Agency:   VETERANS AFFAIRS, DEPARTMENT OF, FL
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 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 2023-02 dated February 14, 2023.This solicitation is set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) .The posting in SAM reflects the 2022 North American Industrial Classification System (NAICS) code 335132, however, VAAM Part M819 instructs procurement activities to continue using NAICS 2017 codes until SBA s small business size standards have been updated to NAICS 2022. Therefore, the associated 2017 NAICS for this procurement is 335122 - Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing, (as noted on the Non-manufacturer rule class waiver list Effective Jun 1, 2022) with a small business size standard of 500 employees. The FSC/PSC is 6210.The Bruce W. Carter VA Medical Center - Miami Veterans Healthcare System - 1201 Northwest 16th Street - Miami, FL 33125-1624 is seeking to purchase Commercial Light Fixtures with accessories and installation.This is a Brand Name or Equal Requirement in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the salient characteristics. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. See Attachment: LIMITATIONS ON SUBCONTRACTING (must be completed by contractor at time of submission of quote)All interested companies shall provide quotations for the following: Supplies/Services Price Cost ScheduleLine ItemDescriptionQTYUnit Unit PriceTotal Price0001Handle Assy, Devon Slip On ULH (BRAND NAME OR EQUAL TO STRYKER PART # P46714)25EA0002F-GEN TOUCH WALL CONTROL, VER 2 (BRAND NAME OR EQUAL TO STRYKER PART # P37633)10EA0003KIT, SLX 628 NFC.NC CARDANIC (BRAND NAME OR EQUAL TO STRYKER PART # P47503)25EA0004KIT, NFC SPRING ARM CEILING 12-17KG (BRAND NAME OR EQUAL TO STRYKER PART # P47506)25EA0005COVER, GREY 70 MM (BRAND NAME OR EQUAL TO STRYKER PART # P43410)25EA0006LABOR, CHROMOPHARE E TO F CONVERSION (BRAND NAME OR EQUAL TO STRYKER PART # RS 0006175)25EA0007KIT, SLX 628 NFC.NC CARDANIC (BRAND NAME OR EQUAL TO STRYKER PART # P47503)1EA0008KIT, NFC SPRING ARM CEILING 12-17KG (BRAND NAME OR EQUAL TO STRYKER PART # P47506)1EA0009COVER, GREY 70 MM (BRAND NAME OR EQUAL TO STRYKER PART # P43410)1EA0010LABOR, CHROMOPHARE E TO F CONVERSION (BRAND NAME OR EQUAL TO STRYKER PART # RS 0006175)1EA0011Handle Assy, Devon Slip On ULH (BRAND NAME OR EQUAL TO STRYKER PART # P46714)1EA0012Kit, Suspension, FP/LT/LT, 1100/1000/900mm (BRAND NAME OR EQUAL TO STRYKER PART # P40391)1EA0013SK BOX ENCLOSURE (SINGLE BOX, E) (BRAND NAME OR EQUAL TO STRYKER PART # CB 5210100)1EA0014Standard front door for SK enclosure (BRAND NAME OR EQUAL TO STRYKER PART # CB 5211120)1EA0015KIT, SK BOX W ELEC + ENCL., SINGLE LT (BRAND NAME OR EQUAL TO STRYKER PART # P35280)1EA0016CHROMOPHARE INSTALLATION (BRAND NAME OR EQUAL TO STRYKER PART # RS 0006008)10 EA0017INSTALLATION-IMPLEMENTATION STAGING CHARGE (BRAND NAME OR EQUAL TO STRYKER PART # 8888888401)1 EA0018CHROMOPHARE INSTALLATION (BRAND NAME OR EQUAL TO STRYKER PART # RS 0006008)1 EAGrand TotalThe following salient characteristics are required to meet the needs of the government.Salient Characteristics*** Brand Name or Equal to Stryker SLX LED Surgical Lights ***The surgical unit must utilize Precision Beam Technology, producing up to 650 overlapping beams of light delivering a homogenous column of light while minimizing shadows regardless of how crowded the surgical field is, thus providing maximum brightness to the surgical field. The 75cm light head diameter with 104 LEDs must provide 160,000 lux illumination level at all color temperatures for maximum brightness. The unit must provide maximum depth of illumination of 120cm and maximum light field diameter of 29cm that allows end user to set the light at the start of a case and keep the surgical site well-lit without adjusting. The surgical lights must be capable of complete platform integration that meet the requirement of a unified solution when connected to the current in light camera and Stryker integration system utilized at the Bruce W. Carter VAMC operating rooms for complete control from the touch panel or voice. The surgical lights must also be compatible with the current suspension in each operating room, thus not requiring the additional cost of new suspension or the shutdown of any operating room for an extended amount of time.???? Delivery shall be provided no later than 60 days after receipt of order (ARO) FOB Destination. Installation Location is Separate and Different from the Ship To Address. Miami Veterans Healthcare System will be responsible for the transfer of the hardware to be moved from Place of Delivery to the Place of Performance/Installation.Place of DeliveryAddress:Miami VA Medical Center SupplyChain Management Warehouse6725 NW 36th Ave, Suite 695Miami, FLPostal Code:33166Country:UNITED STATESPlace of Place of Performance/InstallationAddress:Bruce W. Carter VA Medical Center Miami Veterans Healthcare System1201 Northwest 16th StreetMiami, FLPostal Code:33125-1624Country:UNITED STATESThe full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far.The following solicitation provisions apply to this acquisition:FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services 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, Offeror Representations and Certifications Commercial Products and Commercial Services. 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 Products and Commercial Services (Dec 2022)FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services. (Dec 2022)Provisions 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.ADDENDUM to 52.212-1, Instructions to Offerors Commercial Products and Commercial ServicesGray market items are Original Equipment Manufacturer (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.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.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.Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation;Clearly identify the item by-Brand name, if any andMake or model number,Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; andClearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitationAny award made as a result of this solicitation will be made on an All or Nothing Basis.State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA- wide Acquisition Contract.If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.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 contactors, the offeror making such contact may be excluded from award considerations.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.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)All quoters shall submit the following: The name, address, and telephone number of the vendor.Tax Identification Number (TIN)SAM UEI Number / DUNS Number / Cage CodePoint of Contact for submission of orders if awarded a contractAuthorized Distributor Letter certified by OEM if the offeror is not the manufacturerQuoted price shall include deliveryPlease submit with your quote the following information:1) Original Equipment Manufacturers (OEM) Name2) OEM DUNS and UEI numbers3) OEM Country of Origin4) OEM Part NumberThe attached VAAR 852.219-76 (Limitations on Subcontracting) must be completed and provided with the quote. All quotes shall be sent to the following email address: melissa.everett@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 following are the decision factors:ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial ServicesBasis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.The following factors shall be used to evaluate quotations:Technical capability or quality of the item offered to meet the Government requirementPrice Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:Factor 1 Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.Factor 2 Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price.(End of Addendum to 52.212-2)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 4:00 PM Eastern Standard Time (EST) on March 22, 2023, at melissa.everett@va.gov and shall reference RFQ 36C24823Q0709 Commercial Light Fixtures in the subject of the email.Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Point of Contact listed below by 1:00 PM Eastern Standard Time (EST) on March 14, 2023. Point of ContactContract SpecialistMelissa Everettmelissa.everett@va.gov
248-NETWORK CONTRACT OFFICE 8 (36C248) Department of Veterans Affairs No. Florida/So. Georgia Health Care System 33637 8875 HIDDEN RIVER PARKWAY TAMPA FL 33637 Melissa Everett, Contract Specialist, Phone 561-628-6754, Email melissa.everett@va.gov
RFP Number:   36C24823Q0709
Bid Documents:   Download Document
The official solicitation bid document(s) posted by the agency, often including detailed specifications, requirements, forms and directions necessary for bid submission.
     

Related Info

More bids and rfps in:
Most popular bid categories:
Construction bids, Architectural and Engineering bids, Grounds and Landscaping bids, IT/Technology Consulting bids, Janitorial and Cleaning bids, Security and Safety bids, View all categories »
Most popular bidding states:
California bids, Texas bids, Florida bids, Massachusetts bids, Georgia bids, New Jersey bids, North Carolina bids, New York bids, View all regions »

Help Navigation

About GovernmentBids.com | Alternative To FBO | Help | Watch Overview | Site Map | Legal Notice | Privacy Policy | Terms & Conditions

Copyright © GovernmentBids.com - All rights reserved.