United States - 65--PATIENT RECLINING CHAIR

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 05, 2019 2:32 pm
Modified: Jun 05, 2019 2:43 pmTrack Changes

COMBINED SYNOPSIS/ SOLICITATION GERI CHAIRS

(i) This is a combined synopsis/solicitation for Geri Chairs, BRAND NAME OR EQUAL, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated.

(ii) The solicitation number is 36C24419Q0789 and is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95

(iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339113 has a small business size standard of 750 Employees.

(v) Contract Line Items (CLIN):

PRICE/COST SCHEDULE

CLIN INFORMATION

CLIN NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

3.00

EA

_____________

_____________

Art of Care Recliner, 4 position, 300 lbs. capacity

LOCAL STOCK NUMBER: R4SPGR3

Funding/Req. Number: 1

460-19-2-3384-0073

0002

3.00

EA

_____________

_____________

Art of Care Recliner, 300 lbs. capacity

LOCAL STOCK NUMBER: R4SPGR6

Funding/Req. Number: 1

460-19-2-3384-0073

GRAND TOTAL

_____________

DELIVERY SCHEDULE

ITEM NUMBER

QUANTITY

DELIVERY DATE

0001

SHIP TO:

MARKED FOR

Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805

Abiodun Raimi 302-994-2511 X4796 Abiodun.Raimi@va.gov

3.00

30 DAYS ARO

0002

Same as Clin 0001

Same as Clin 0001

3.00

Same as Clin 0001

(vi) BRAND NAME OR EQUAL PRODUCTS

In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2).

Manufacturers

Name: ____________________________________________________________________________.

Brand: _______________________________________________________________________

Model No.:____________________________________________________________________

SON/SALIENT CHARACTERISTICS:

Department of Veterans Affairs

Wilmington VA Medical Center

1601 Kirkwood Highway

Wilmington, DE 19805

INTRODUCTION/BACKGROUND:

The Department of Veterans Affairs Medical Center, Wilmington, DE, (460) is seeking to purchase six (6) reclining chairs which provide more comfort than traditional upright chairs.

OBJECTIVE:

The Patient Care Services Department at the Department of Veterans Affairs Medical Center, (460) Wilmington, Delaware, hereby referred to as the VAMC Wilmington (460), is in need of patient reclining chairs which will provide more comfort to patients who are sitting for extended periods of time.

In order to meet the needs of this acquisition, the following salient characteristics or needs must be met:

Have at least four (4) independent casters to allow a full range of movement while offering maximum stability. Casters must have a locking mechanism to prevent unwanted movement.

Provide at least four (4) reclining positions. One position must be for a Trendelenburg, which will allow the patient to fully recline with their feet elevated above their head. All reclining positions must be firmly securable to prevent unwanted or unexpected adjustments.

Support up to three hundred (300) pounds of weight.

Seat width must be at least twenty-four (24) inches.

Be constructed of durable materials which provide adequate support and comfort for the patient. Utilize vinyl or similar material for all seating and support surfaces (cushions or padding). Material must be water resistant and easy to clean.

Cushions or padding must be removable for ease of replacement or cleaning. The preferable color for cushions or padding is neutral (tan/ taupe/ grey). If additional colors are available and are at no additional cost, the assigned COR may change selections prior to ordering.

Have an extendable, padded leg rest. A mechanism to raise the leg rest and/or recline the chair must be easily accessible for the patient to utilize.

MAJOR REQUIREMENTS:

In order for the Contractor to accomplish the work under this task order/purchase order, it shall be necessary for the Contractor to complete the following tasks:

Deliver the desired number of chairs to the facility within timeframes specified by Contracting.

Immediately address any product defects noticed upon delivery.

Honor any warranties included with the purchase of the items.

Be registered in the Financial Management Services system and any other applicable federal government database for payment using the Department of Veterans Affairs Invoice Payment Processing System (IPPS).

The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees.

GOVERNMENT FURNISHED INFORMATION OR MATERIAL:

This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more.

This acquisition does not include Contractor-acquired property (CAP).

MEETINGS AND REVIEWS:

Not applicable for this acquisition

TRAVEL REQUIREMENTS:

Not applicable for this acquisition

CONTRACTING OFFICER'S REPRESENTATIVE (COR):

The identified COR and technical representative for this acquisition is:

Name: Abiodun Raimi, RN

COR Certification Level: 2 Expiration Date: 7/18/2019

Email: abiodun.raimi@va.gov

"No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."

REPORTS/DELIVERABLES:

Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes.

Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service.

PERIOD OF SERVICE:

Delivery must occur within the timeframes designated by the Federal Government for emergent requests.

CONTRACTOR QUALIFICATIONS:

Not applicable for the Acquisition

SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS:

Not applicable for the Acquisition

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:

CLAUSES:

52.211-6 Brand Name or Equal (AUG 1999)

52.214-21 Descriptive Literature (APR 2002)

852.211-73 Brand Name or Equal. (JAN 2008)

852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside

(a) Gray market items are Original Equipment Manufacturer s (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) Vendor 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. 

(ix) METHOD OF AWARD

The Government will 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 will be the only evaluated factor. Award may be made without discussions.

(x) 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.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:

(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil

https://acquisition.gov/far

(End of Clause)

852.203-70

Commercial Advertising (JAN 2008)

852.246-71

Inspection (Jan 2008)

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:

52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)

52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)

52.219-28 Post Award Small Business Program Representation (JUL 2013)

52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)

52.222-21 Prohibition of Segregated Facilities (APR 2015)

52.222-26 Equal Opportunity (APR 2015)

52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)

52.222-50 Combating Trafficking in Persons (MAR 2015)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)

52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)

52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

(xiii) Additional conditions:

All responses must include verification that each specification outlined in Section (vi) is met.

All interested parties shall be registered, active and verified with the following sites to be considered for award.

SAM:

http://www.sam.gov

VETBIZ

https://www.vip.vetbiz.gov/Public/Search/Default.aspx

(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.

(xv) Quotes must be emailed to andrea.aultman-smith@va.gov no later than 11:00 AM, EST on 06/14/2019. Quotes may be submitted on this document or the vendor s own form.

Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form.

If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award.

(xvi) For information regarding the solicitation, please contact Andrea Aultman-Smith at andrea.aultman-smith@va.gov@va.gov ; NO PHONE CALLS WILL BE ACCEPTED

Opportunity closing date
14 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Veterans Integrated Service Network 4 Facilities United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?