Description: |
|
Combined Synopsis/Solicitation NoticeCombined Synopsis/Solicitation NoticePage 3 of 11*= Required FieldCombined Synopsis/Solicitation NoticePage 1 of 11DESCRIPTIONEffective Date: 02/01/2022Page 11 of 111. 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.2. This is a Request for Quote (RFQ) and the solicitation number is 36C26023Q0361. The Government anticipates awarding a firm-fixed price supply order from this solicitation. 3. This is a solicitation for Medical Charting Carts. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective December 1, 2022.4. This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees and the PSC is 6530. All interested companies shall provide quotations for the following:5. Equipment Needed:Images are provided as a reference only.Line ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price0001Medical Charting Carts8EA6. Salient Characteristics:The equipment must meet at a minimum the following:1) Mobile 2) Dual Monitor 3) Power source AC and battery, Li-Nano (Lithium-Ion Nano phosphate) battery4) Charging cable/cord included5) 4 casters 3-6 inch, locking, 1 directional for steering6) Between 2 and 4 drawers, locking or non-locking7) 2 adjustable arms for computer monitors that must adjust vertically and horizontally8) Must have a slide out for keyboard9) Must be able to accommodate mouse on the keyboard slide out or have ambidextrous accommodation shelf/shelves for mouse10) Must have ability to raise and lower 26 inches 48 inches, electronic lift11) Must have footprint under 2 feet X 2 feet12) Integrated footrest13) Minimum 1 year warranty7. Place of Delivery: White City VA Medical CenterSouthern Oregon Rehabilitation Center8495 Crater Lake HwyWhite City OR 97503USA F.O.B. Destination is the preferred delivery within 30-45 days after placing the order. All deliveries will be coordinated with the White City VAMC Point of Contact.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:8. FAR 52.212-1, Instructions to Offerors Commercial Items , ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL52.204-7System for Award Management (OCT 2018) [all solicitations except when conditions at FAR 4.1102(a) apply] Alternate I (OCT 2018) [when contract is awarded without providing full & open competition due to unusual or compelling urgency, FAR 4.1102(a)(5)52.204-16Commercial and Government Entity Code Reporting (AUG 2020)52.212-3Offeror Representations and Certifications Commercial Products52.225-2Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83)52.233-2Service of Protest (SEPT 2006)(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)9. 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 as such must be included with any response to this solicitation.1. Technical compliance Each quote will be compared to the equipment needed and the salient characteristics. 2. Price*Adherence to the technical salient characteristics 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.10. 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.11. Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification (https://www.sba.gov).The following contract clauses apply to this acquisition: 12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum:52.204-13System for Award Management Maintenance (OCT 2018)52.204-18Commercial and Government Entity Code Maintenance (AUG 2020)52.222-19DEVChild Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126).52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause:852.203-70Commercial Advertising852.212-71Gray Market Items852.232-72Electronic Submission of Payment Requests.852.242-71Administrative Contracting Officer852.247-71Delivery Location852.247-73Packing for Domestic Shipment12. The following subparagraphs of FAR 52.212-5 are applicable:FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note)52.219-28Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2))52.222-3Convict Labor (JUN 2003) (E.O. 11755)52.222-21Prohibition of Segregated Facilities (APR 2015)52.222-26Equal Opportunity (SEP 2016) (E.O. 11246)52.222-36Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)52.222-37Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)52.222-50Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-1Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)52.232-3Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332)13. There are no additional contract requirements, terms or conditions.14. Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 3:00 PM PST on 03/22/2023. 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 will be considered non-responsive. No late quotations will be accepted. The Government intends to make award without discussions.15. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. 52.225-2 BUY AMERICAN CERTIFICATE also available as an attachment hereto.A.1 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. (b) Foreign End Products:Line item No.Country of originExceeds 55% domestic content (yes/no)[List as necessary] (c) Domestic end products containing a critical component:Line item No.[List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.(End of Provision) 260-NETWORK CONTRACT OFFICE 20 (36C260)
VA Northwest Health Network
98662
5115NE 82ND AVE SUITE 102 VANCOUVER WA 98662
Maureen Sundstrom, Contract Specialist, Email Maureen.Sundstrom@va.gov
|