Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

65 -- Stryker Tru-Fit Overbed Table - Split-Top with Vanity and Storage Compartment

Notice Date
12/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-10-RQ-0144
 
Response Due
12/31/2009
 
Archive Date
3/1/2010
 
Point of Contact
Kevin BaierContract Specialist
 
E-Mail Address
Contract Specialist
(kevin.baier@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; quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-69D-10-RQ-0144, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 effective December 10, 2009 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 2008. The North American Industry Classification System (NAICS) Code for this acquisition is 423450, Size Standard: 100 Employees. This procurement is unrestricted. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are offered by Alliant Healthcare Products and are known to meet the VA's needs. Offeror shall provide the following Brand Name or Equal item: ITEM 1: Description: Stryker Tru-Fit Overbed Table - Split-Top with Vanity and Storage Compartment, Laminate Top Color: Select Cherry, Base & Dura-Edge color: Chocolate (Light Brown), Product number 3150-000-600; (QTY: 130), Unit Price $____________, Total Price ITEM 1 $____________; Discount (if applicable): $_____________; Total Cost $______________. Total Price shall include all delivery charges and a one year warranty (includes parts, labor and travel). Salient Characteristics: (1) Must contain a storage compartment to hold urinals, which will help reduce the possibility of slip and fall accidents while promoting infection control. (2) Must have twin swiveled covered casters that do not trap spilled liquids, reducing infection spread. (3) Overbed table must have a full range of height adjustments to extend to at least 45.5" high and must lower to at least a minimum height of 29" and also must have a low profile base that allows the table to fit under all patient beds, including low profile beds. (4) Must have raised edge table top to contain spills which also will help reduce the possibility of slip and fall accidents. (5) Must have a split top to allow staff to serve food or administer treatment without disturbing patient belongings. Delivery, which shall occur within 30 calendar days of contract award, shall be FOB DESTINATION to Hines VA Medical Center, Warehouse Receiving/Shipping, 5TH & Roosevelt Road., Hines, IL 60141. The Contractor is responsible for all freight charges. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements, past performance and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/current/html/52_212_213.html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.219-28, Post Award Small Business Program Representation; (4) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (10) 52.222-50, Combating trafficking in Persons; (11) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169); and (12) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before December 31, 2009 by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Kevin Baier. Offers can be mailed, faxed or emailed to the GLAC attn: Kevin Baier, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: kevin.baier@va.gov. Quotes should be marked with the request for quote number VA-69D-09-RQ-0144. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA-69D-10-RQ-0144/listing.html)
 
Place of Performance
Address: Hines VA Medical Center;5TH & Roosevelt Road;Hines, IL
Zip Code: 60141
 
Record
SN02029662-W 20091224/091222235338-920afb8d665a1169bc0ca1d1139abee0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.