Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

65 -- Motorized Patient Transfer Stretchers

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
VA26010RQ1165
 
Response Due
8/30/2010
 
Archive Date
9/14/2010
 
Point of Contact
Curtis E. Cardoza
 
E-Mail Address
4-7000
 
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-1165, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective August 02, 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 339113, Size Standard: 500 Employees. This procurement is unrestricted. Item 0001, (Or Equal). ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 Motorized Stretcher Standard Unit 26 inch width. Zoom motorized patient transport solution. Weight capacity for 700lbs minimum. MFR: Stryker PN: Prime 26 inch (Or Equal) Bidding On: MFR: Brand: No: 2 Recovery Chair Position 26 inch width. MFR: Stryker, PN: 1105 010 602 (Or Equal) Bidding On: MFR: Brand: No: 3 Dual end side release. MFR: Stryker, P/N 1105 011 160 (Or Equal) Bidding On: MFR: Brand: No: 4 2 stage permanent fold IV Pole Head left. MRF: Stryker, P/N: 1105 035 638 (Or Equal) Bidding On: MFR: Brand: No: 5 3 stage permanent fold IV pole- foot right. MFR: Stryker, P/N: 1105 035 639 (Or Equal) Bidding On: MFR: Brand: No: 6 5" ultra comfort mattress (26' surface). MFR: Stryker, P/N: 0785 034 633 (Or Equal) Bidding On: MFR: Brand: No: 7 5" ultra comfort mattress ( 30" surface). MFR: Stryker, P/N: 0785 034 333 (Or Equal) Bidding On: MFR: Brand: No: 8 Transfer board 30". MFR: Stryker, P/N: 1105 045 310 (Or Equal) Bidding On: MFR: Brand: No: 9 Transfer board "26 inch". MFR: Stryker, P/N: 1105 045 610 (Or Equal) Bidding On: MFR: Brand: No: 10 Integrated pump rack for 26 inch width. MFR: Stryker, P/N: 1105 045 065 (Or Equal) Bidding On: MFR: Brand: No: 11 Recovery Chair position 30 inch width. MFR: Stryker, P/N: 1105 010 302 (Or Equal) Bidding On: MFR: Brand: No: 12 Motorized Stretcher Standard Unit 30 inch width. Zoom motorized patient transport solution. Weight capacity for 700lbs minimum. MFR: Stryker PN: Prime 30" Width inch (Or Equal) Bidding On: MFR: Brand: No: 13 Integrated pump rack for 30 inch width. MFR: Stryker, P/N: 1105 045 035 (or Equal) Bidding On: MFR: Brand: No: 14 Motorized Gynnie OB/GYN Stretcher with fifth wheel. Brand: Thermoformed ABS base with integrated storage tray and oxygen bottle holder. MFR: Stryker, P/N: 1061-000-000-AH (Or Equal) Bidding On: MFR: Brand: No: 15 Hoop for drainage basin. MFR: Stryker, P/N: 1061 120 000 AR (Or Equal) Bidding On: MFR: Brand: No: 16 2 stage Permanent Fold (head end Left). MFR: Stryker, P/N: 1061 110 000 (Or Equal) Bidding On: MFR: Brand: No: Minimum Salient List for Motorized Stretchers -Fowler's position, lift-assist, bucket seat, no crank knee gatch. -Trendelenburg and chair position, 5 inch mattress, easy to clean and maintain surface. -Have retractable cord; two adjustable IV poles on each stretcher, at least one IV pole must have 3 stages. -Secure O2(oxygen) canister storage under the mattress -Weight capacity for 700lbs minimum. -Adjustable height must go to 23inchs from the ground or lower. -All wheel maneuverability, steering and brake for one driver. FOB point is Destination (The Contractor is responsible for all freight charges): Spokane VA Medical Center, 4815 North Assembly Street, Building 14, Spokane, WA 99205. Delivery shall be made no later than 105 Calendar Days after receipt of purchase order. Proposed Delivery Date: ________________ 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. 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 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), 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 one year), VAAR 852.246-71 Inspection (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - October 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (July 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), (2) 52.204-10, reporting Executive Compensation and First Tier-Tier Subcontract Awards (Jul 2010), (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), (11) 52.219-8, Utilization of Small Business Concerns (May 2004), (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (20) 52.222-3, Convict Labor (June 2003), (21) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010), (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (23) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-35, Equal Employment for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (25) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999), and (42) 52.239-1, Privacy or Security Safeguards (Aug 1996). 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). 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/. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by August 30, 2010, 3:00 PM Pacific Standard Time. The assigned Contract Specialist is Curtis E. Cardoza. Quotations can be mailed, faxed or emailed to: Spokane VA Medical Center, Attn: Curtis E. Cardoza-Contracting, 4815 North Assembly Street, Spokane, WA 99205; Fax: 509-434-7101; E-mail: curtis.cardoza@va.gov. Quotation should be marked with the Request for Quote number VA-260-10-RQ-1165. Oral quote will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA26010RQ1165/listing.html)
 
Place of Performance
Address: Spokane VA Medical Center;4815 North Assembly Street;Bldg 14;Spokane;WA
Zip Code: 99205
 
Record
SN02249660-W 20100822/100820235933-c520e8cc42db520e4c02c67fca1945ca (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.