Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

65 -- Computer-mounted Nursing Ward Carts

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (A138P&C);VA Puget Sound Healthcare System;9600 Veterans Drive, Bldg 17;Tacoma WA 98493
 
ZIP Code
98493
 
Solicitation Number
VA26010RQ0940
 
Archive Date
7/16/2010
 
Point of Contact
Alisha Joyce
 
E-Mail Address
Contract Specialist
(alisha.joyce@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; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-260-10-RQ-0940, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 effective April 22, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 339112, Size Standard: 500 Employees. This procurement is unrestricted. Item 0001, Quantity of 4, Unit of Issue is Package, $______________________, Howard Medical HCMCART-041 Medium Cart - OR EQUAL with the additional minimum salient characteristics to include: 1 (One) Top Mount (includes VESA mount); 1 (One) HC150 with 40Ah Phosphate Battery (Includes batter and 3 in 1 power system that performs the task of Inverter, Battery Charger, and Isolation Transformer); 1 (One) 3' Keyboard drawer; 3 (Three) Patient Bins - 1-tier cassettes containing a 5.5' Patient bin; 2 (Two) Dividers for 5.5' patient bins (100 package) non-slotted fits left to right); 1 (One) Accent strip for 9' wide drawer; 1 (One) Modification to receive motion C-5 in rear compartment (RAM doc included); 1 (One) External Waste Bin; Integration of customer supplied Wireless scanner (includes mounting bracket, USB cable, and power adapter). Entire configuration shall be a fully operable unit under one year warranty. Item 0002, Quantity of 5, Unit of Issue is Package, $______________________, Howard Medical HCMCART-041 Medium Cart upgrade to the Howard Medical Paradigm cart OR EQUAL to include the additional minimum salient characteristics: 1 (One) HC150 with 40 Ah Phosphate Battery (includes batter and 3 in 1 power system acting as Inverter, Battery Charger, and Isolation Transformer); Modifications to receive motion C-5 behind LCD Arm (Includes combination locking dock); 1 (One) Mounting bracket for Honeywell (HHP) 4820 wireless scanner; Nine (9) Patient Bins ( One (1) two-tier cassette containing six 5.5' patient bins with advance electronics and one (1) one-tier cassette containing three 5.5' patient bins with advance electronics ); One (1) 2-tier bulk storage drawer advance electronics; 1 (One) Dual Pole Mount including small and large cup dispensers, mini waste basket and one-quart sharps container; 1 (One) wire basket, 1 (One) Fixed Mount Scanner, and 1 (One) Halogen Lamp. Entire configuration shall be a fully operable unit. Item 0003, Quantity of 5, Unit of Issue is Package, $______________________, Howard Medical HCMCART-040 Small Cart OR EQUAL to include the additional minimum salient characteristics: 1 (One) Top Mount (includes VESA mount); 1 (One) HC150 with 40Ah Phosphate Battery (Includes batter and 3 in 1 power system that performs the task of Inverter, Battery Charger, and Isolation Transformer); 1 (One) 3' Keyboard drawer; 1 (One) 3' Storage drawer; 1 (One) 9' Storage drawer; 12 (Twelve) Patient Bins (2) - 2-tier cassettes containing one 5.5' patient bin; 3 (Three) Patient Bins - 1-tier cassettes containing one 5.5' Patient bin; 2 (Two) Dividers for 5.5' patient bins (100 package) non-slotted fits left to right); 1 (One) Accent strip for 9' wide drawer; 1 (One) Modification to receive motion C-5 in rear compartment (RAM doc included); 1 (One) External Waste Basket; Integration of customer supplied Wireless scanner (includes mounting bracket, USB cable, and power adapter). Entire configuration shall be a fully operable unit under one year warranty. FOB point is Destination (The Contractor is responsible for all freight charges): American Lake VA Medical Center, 9600 Veterans Drive, Tacoma, WA, 98493. Delivery shall be made no later than 30 Calendar Days after receipt of purchase order. Proposed Delivery Date: ________________ The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All proposals will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. Addenda to FAR 52.212-1 are as follows: FAR 52.211-6 Brand Name or Equal (Aug 1999). 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 FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. 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/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (19) 52.222-3, Convict Labor (June 2003), (20) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009), (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (22) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007), (31) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (June 2009), (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (39) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999). Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009). Addenda to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manuals (Nov 1984), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.246-70 Guarantee (Jan 2008) (the fill in is two years), VAAR 852.246-71 Inspection (Jan 2008). Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by July 16, 2010, 4:00 PM Pacific Standard Time. The assigned Contract Specialist is Alisha Joyce. Quotations can be faxed or emailed to: American Lake Medical Center, Attn: Alisha Joyce-Contracting, 10-AF-ACQ; 9600 Veterans Drive, Tacoma, WA, 98493; Fax: 253-589-4140; E-mail: Alisha.joyce@va.gov. Quotation should be marked with the Request for Quote number VA-260-10-RQ-0940. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26010RQ0940/listing.html)
 
Record
SN02197785-W 20100709/100707234609-baebca801ac3fc6c0b3a3b87cb3d43a8 (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.