The RFP Database
New business relationships start here

667-18-1-132-0028 - Medical portable AC cart on wheels - VA256-18-AP-2071


Louisiana, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 5 of 5
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.
Solicitation Number: 36C25618Q0199 and is issued as a Request for Quotation (RFQ).
This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
This solicitation is 100% Set Aside to for Service Disabled Veteran Owned Business (SDVOSB); SDVOSB Offerors must be verified in VIP: https://www.vip.vetbiz.gov/. Unverified SDVOSBs will be considered non-responsive.
The NAICS code is 339113 and the size standard is 750 Employees.

ITEM INFORMATION BRAND NAME RUBBERMAID (OR EQUAL)
ITEM #
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT

0001

M380 40 AMP medical cart, manual lift, manual height with rotating LCD adjustment, integrated keyboard lighting package; adjustable keyboard with left/right mouse holder; Lithium battery; 5" casters with dual wheel locking; extended length spiral power cord.

Configurations Include:
22" LCD with built in privacy screen
Seal Shield mouse
Sealshield keyboard with integrated smartcard
reader
Epad signature capture pad
Freight, unpacking, installation, testing .


2

EA

$__________________

$__________________





GRAND TOTAL

$_________________
_

OR EQUAL ITEMS MUST MEET THE FOLLOWING SPECIFICATIONS/Characteristics:
Computer Cart must provide in integrated keyboard light with auto shut-off feature for nighttime use.
Computer Cart must have General purpose locking storage drawer with keyless PIN code access for added security
Computer Cart must have Pre-wired computer cart with CPU Holder allows for clean and simple integration
Keyboard tray to allow for 6" of height adjustment, 180B0 swivel. -15B0 to +10B0 tilt. Left and right hand mouse pads slide out for easy access - minimum
Computer Cart must have Right and left footrests for user comfort

Work Surface with a 16" range of adjustable height
Computer Cart must have Automatic transfer switch (ATS) enables use of the computer without interrupting charging of the battery
Casters minimum of 4 ; 2 locking
Must have T-Track provides a universal mounting point for accessories and equipment

Must have Adjustable lift mechanism
Must have General purpose bins on left and right of handle for added storage
Need to store 10 endoscopes Olympus 190 scope longest one be 72 long.
120VAC. 50/60HZ Power input: 120W, fuse: 5A-ul listd.
Must have Integrated Air compressor.
Must have handles in the front and back
Must have Plug that is Hospital Grade Spiral, 2.5 ft extendable to 8 ft. minimum
Must have Wrist Rest with a minimum 16 1/2" x 1 1/2"d 3/4"h
Must have a minimum of 3 year warranty: electrical, mechanical, and battery

The proposed contract action is for brand name or equal - 667-18-1-132-0028 Medical portable AC cart on wheels - VA256-17-AP-8677
Delivery: FOB Destination to Department of Veterans Affairs Overton Brooks VA Medical Center in Shreveport, LA within 30 days from time of award.
The following provisions apply to this solicitation:
52.212-1, Instructions to Offerors--Commercial,
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS:
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only 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 equipment/system, 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 equipment/system shall be in accordance with the OEM terms and conditions.
(c) Any award made as a result of this solicitation will be made on an All or Nothing Basis.
(d) Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following:
(1) Technical Literature that provides details of how the Contractor's Equipment meets the required salient characteristics SEE FAR 52.211-6 AND VAAR 852.211-73
(2) Price
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)
The following FAR provisions are to be incorporated by reference: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02); 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.211-6 Brand name or Equal; 52.219-1, Small Business Programs Representations (Oct 2014); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications
The following VAAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998),
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items,
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price.
All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the technical quote of the lowest priced Offeror only. If the lowest priced Offeror s technical quote is determined to be rated as Acceptable, the Government may make award to that Offeror without further reviews of the remaining Offerors technical quotes. If the lowest priced Offeror s technical quote is determined to be rated as Unacceptable, then the Government may review the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be rated as Acceptable. The government reserves the right to award without discussions.
(End of Addendum to 52.212-2)
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
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://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar
The following clauses apply to this acquisition:
52.21-3, Offeror Representations and Certifications -- Commercial Items.
52.212-4, Contract Terms and Conditions--Commercial Items
The following clauses are incorporated into 52.212-4 as an addendum: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
The following VAAR Clauses are to be incorporated by reference: 852.203-70, Commercial Advertising (NOV 2008); 852.211-70, Service Data Manuals, Mechanical Equipment (NOV 1984); 852.211-73, Brand Name or Equal (JAN 2008); 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.232-72 (JUL 2016) (DEVIATION), Electronic Submission of Payment Requests (NOV 2012); 852.246-71, Inspection (JAN 2008)
852.246-70, Guarantee (JAN 2008)
The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacturers Commercial Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
(End of Addendum to 52.212-4)
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items
The following FAR Clauses are to be incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note); 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496); 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225 5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332)
Additional contract requirements or terms and conditions:
52.204-18, Commercial and Government Entity Code Maintenance; 52.247-34, F.O.B. Destination.
The Defense Priorities and Allocations System (DPAS) does not apply.
Responses are to be submitted electronically and should include RFQ 36C25618Q0199 in the Subject Line of the email response. Quotes are due by 9:00 AM CST on 12/19/2017.
For information regarding the solicitation contact Arlene A. Blade at arlene.blade@va.gov; no telephone inquiries will be accepted; please submit all your questions via e-mail NLT noon on 12/14/2017.

ARLENE BLADE
Contract Specialist Trainee
(318) 466-4281

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP