Alabama Bids > Bid Detail

6515--Brand Name or Equal medical multicare beds

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159932948822282
Posted Date: Mar 7, 2023
Due Date: Mar 13, 2023
Solicitation No: 36C24723Q0403
Source: https://sam.gov/opp/66cc7ebf3f...
Follow
6515--Brand Name or Equal medical multicare beds
Active
Contract Opportunity
Notice ID
36C24723Q0403
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 07, 2023 11:11 am EST
  • Original Date Offers Due: Mar 13, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Central Alabama VA Medical Center Montgomery, AL 36109 ,
Description
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24723Q0403
Posted Date:
March 07, 2023
Current Response Date:
March 14, 2023 at 10:00 a.m. (EST)
Product or Service Code:
6515 | Medical and Surgical Instruments, Equipment and Supplies
Set Aside:
Small Businesses
NAICS Code:
339113 | Surgical Appliance and Supplies Manufacturing

Contracting Office Address
VISN 07
Network Contracting Office 7
325 Folly Rd
Charleston SC 29412
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as a BRAND NAME OR EQUAL (IAW THE SALIENT CHARACTERISTICS) RFQ for Small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 effective December 30, 2022.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113- Surgical Appliance and Supplies Manufacturing, with a small business size standard of 750 employees.
The FSC/PSC is 6515 | Medical and Surgical Instruments, Equipment and Supplies
The Central Alabama-West Campus VA Medical Center is seeking to purchase 21 new Linet Medical MultiCare Beds.
All interested companies shall provide quotations for the following:
(Please see below for detailed salient characteristics)
Item Number
Description
Quantity
Unit Price
0001
Linet Medical MultiCare Beds
21

0002
Warranty 1 Year Part 1 Yr. Labor for Bed Frame
21

0003
Protevo APC for Eleganza 4 and Eleganza 5
21

0004
1 Year Warranty for Mattresses - Included
21

0005
Control Unit for Protevo APC/ GTE
6

0006
Warranty GTE & APC Pump 1 Yr. Parts Only, included
6

Total Contract Price:

Critical Care - Salient Characteristics:
1
Minimum 550 lb. safe working load capacity
2
Frame-Based Automatic Lateral Rotation Therapy (ALT) with 4 preset therapy programs
3
Ability to microshift hemodynamically unstable patients in 1 Degree increments for early mobility
4
Frame-based turn assist for safer patient turning to offload pressure and effectively reposition without mattress inflation
5
Built-in sit-to-stand capability performed by the patient or staff
6
One-touch ergonomic frame articulation to prevent patient migration
7
One-touch vascular positioning up 38 degrees to manage edema
8
Self-locking brakes that automatically lock within 1 minute whenever bed is plugged in
9
Adjustable speed motorized drive system
10
Combined lateral and transversal tilt pulmonary therapy
11
Dual USB chargers in the upper side rail
12
5th wheel (retractable)
13
Double castors - 5.9"
14
Integrated in-bed scale (weighs in lbs. and kgs)
15
Patient pendant with integrated examination light
16
Interactive user reference guides integrated on the touchscreen
17
Undercarriage obstruction detection
18
Multizone bed exit alarm with automatic reset and pause features
20
Hands-free foot controls for bed height (hi/low)
21
One-touch electric bed extension and retraction
23
One-touch cardiac chair position
24
Hands-free foot control for turn assists up to 15 degrees
25
Translucent deck for C-Arm compatibility
26
Weight of bed between 454-606lb
27
Open architecture if another surface is preferred
28
Integrated surface provides microclimate management and pressure redistribution for the prevention and treatment of up to Stage IV pressure ulcers
29
Integrated surface with interactive sensors to provide constant low pressure (CLP) and optimal immersion
30
Mattress cover consists of slick middle and tackier sides for safer patient ambulation
31
Surface has removable Xray Sleeve for imaging and cleaning
32
Surface has a mobile mode (adjustable as the patient becomes more alert) to adjust for patient comfort
33
Surface has a prone mode (adjustable) for comforting proned patients
34
Surface has an optimize mode to automatically immerse and envelop patients
35
Surface has a max inflate mode
36
Surface BOD Sensors
37
Smart Bed Connectivity-Ready
38
Wired and Wireless Connectivity options

Delivery shall be 180 days after receipt of order (ARO) and will be FOB Destination.
Place of Performance/Place of Delivery
Name:
Central Alabama VA Medical Center- West Campus
Address:
215 Perry Hill Road
Montgomery, AL 36109

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.211-6 Brand Name or Equal (AUG 1999)
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (NOV 2021)
FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2002)
FAR 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)

Offers must complete annual representation and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with paragraph (j) of the provision is appliable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2021)
VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020)
VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023)

The following subparagraphs of VAAR 852.203-70 are applicable:

852.203-70, Commercial Advertising
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.246-71 Rejected Goods (OCT 2018)

FAR 52.212-5 Contract Terms and Conditions Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020)
52.219-33 Nonmanufacturer Rule (SEP 2021)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (DEC 2022)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50 Combating Trafficking in Persons (OCT 2020)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-1, Buy American--Supplies (OCT 2022)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.222-35, Equal Opportunity for Veterans (JUN 2020)
52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018]
All offerors shall submit the following:
Offer (pricing) for All Items Listed
All quotes shall be sent to the Thomas Nicholls via email at Thomas.Nicholls@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

BASIS FOR AWARD:
The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable.
Once the Government determines there is/are a contractor(s) that can provide equipment that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues.
Responses should contain your best terms, conditions.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
      (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition
           (1)Is set aside for small business and has a value above the simplified acquisition threshold;
           (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or
           (3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
      (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show
           (1) The solicitation number;
           (2) The time specified in the solicitation for receipt of offers;
           (3) The name, address, and telephone number of the offeror;
           (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
           (5) Terms of any express warranty;
           (6) Price and any discount terms;
           (7) "Remit to" address, if different than mailing address;
           (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
           (9) Acknowledgment of Solicitation Amendments;
           (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
           (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
      (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
      (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing.
      (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
      (f) Late submissions, modifications, revisions, and withdrawals of offers.
 (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
           (2)Â
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
                     (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
                     (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government s control prior to the time set for receipt of offers; or
                     (C) If this solicitation is a request for proposals, it was the only proposal received.
                (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
           (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
           (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
           (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
      (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
      (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
      (i) Availability of requirements documents cited in the solicitation.
           (1)Â
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
 GSA Federal Supply Service Specifications SectionÂ
Suite 8100 470 East L Enfant Plaza, SWÂ
Washington, DC 20407Â
Telephone (202) 619-8925Â
Facsimile (202) 619-8978.
                (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
           (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
                (i) ASSIST ( https://assist.dla.mil/online/start/).
                (ii) Quick Search ( http://quicksearch.dla.mil/).
               Â
           (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
                (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm);
                (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
                (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
           (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
      (j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
      (k) [Reserved]
      (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
           (1) The agency s evaluation of the significant weak or deficient factors in the debriefed offeror s offer.
           (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
           (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
           (4) A summary of the rationale for award;
           (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.
           (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
Submission of your response shall be received not later than March 14th, 2022 @ 10:00 A.M. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contract Specialist listed below no later than the date and time listed. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24923Q0403 Medical MultiCare bed requirement.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Questions must be submitted NO LATER THAN March 9th, 2023 @ 1400 P.M. EST. Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Thomas.Nicholls@va.gov. No phone call shall be accepted.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C24723Q0403.docx (opens in new window)
41 KB
Public
Mar 07, 2023
file uploads

Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2023 11:11 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >