Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

65 -- Healthcare Beds w/ Accessories

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (S138P&C);VA Puget Sound Healthcare System;1660 So. Columbian Way;Seattle WA 98108
 
ZIP Code
98108
 
Solicitation Number
VA-260-09-RQ-0632
 
Response Due
9/18/2009
 
Archive Date
10/18/2009
 
Point of Contact
Mark Ericksonmark.erickson3@va.gov
 
E-Mail Address
Contract Specialist
(mark.erickson3@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. The Veterans Health Administration at American Lake, Tacoma, Washington is soliciting bids for a contractor to provide the following items:Contract Line Item Number (CLIN) 0001: 81 Each - Joerns Ultracare XT Healthcare Bed (UCXT), softone color, 7 inch - 30 inch travel range, 4 DC motor bed, (provides smooth and quiet operation), 500 lbs. weight capacity, tubular welded construction, leg-lift, baseboard bumper, two (2) IV rod sockets at the head end, matress side stops at foot end, 80 inches with grid deck matress surface, mobility - Ultralock at head and foot ends, rolls in any height, Class 1 electronics (grounded) AdvanceCare (includes staff control), Quickcare; CLIN 0002: 81 Each - Avalon laminate headboard and footboard bed panels (BEDPANEL), frame mounted with Advanced Staff Control, Finish and T-Mold edge, Wild Cherry/Stone; CLIN 0003: 81 Each - Assist Devices (pair) (F17TMAL); CLIN 0004: 8 Each - 42 inch Comfort Extension (COMFEXT_KIT) with traditional laminate panels with Advanced Staff Control Finish and T-Mold Edge, Wild Cherry/Brown. Vendor quotes shall include all freight charges. Delivery of all items shall be no later than 60 days after receipt of order, FOB Destination. This is a Brand Name or Equal purchase. Vendors offering products other than the Joerns brand items shall demonstrate that their items perform all the same functions, have the same dimensions, and conform to the same construction and safety standards as the specified Joerns items. This solicitation will result in a firm fixed-price contract. This procurement is unrestricted. The Request for Quote (RFQ) number is VA-260-09-RQ-0632. The applicable NAICS code is 811212 and the small business size standard is $25 million. Offers are due no later than 18 September 2009 at 12:00:00 PM Pacific Standard Time. The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition. Offers will be evaluated using the best value selection method. The following are the evaluation factors to be used: Technically acceptable, price, delivery time and past performance. Technically acceptable means the vendor has current and on-going certification to maintain the copiers that are covered in this requirement. Delivery means able to meet the delivery time frames for services covered by this requirement. Past performance means satisfactory or neutral performance on past contracts of similar scope. The contract will be awarded to the offeror that provides the best value to the Government. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/. The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://farsite.hill.af.mil/vffara.htm. Prospective offerors are urged to submit any questions they may have in writing to Mark Erickson at Mark.Erickson3@va.gov. Offers from all qualified, capable and responsible sources will be considered. Vendors offering a response to this notice should ensure registration in the Central Contractor Registration database at http://www.bpn.gov/ prior to submission of offers for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA-260-09-RQ-0632/listing.html)
 
Record
SN01945416-W 20090910/090909084601-2b8f578521d9a899754aeedc23b22444 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.