The RFP Database
New business relationships start here

Adjustable-height tables for Teleradiology


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26119Q0217
Posted Date:
01/14/2019
Original Response Date:
01/28/2019
Current Response Date:
01/28/2019
Product or Service Code:
6530
Set Aside:
Small business
NAICS Code:
337127
Contracting Office Address
NCO 21
3230 Peacekeeper Way Bldg. 209
McClellan, CA
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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (effective 24 Jan 2018).

This is a small business set aside.

The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees.

The Department of Veterans Affairs, Veterans Health Administration, National Teleradiology Program (NTP) seeks adjustable Radiology PACS height tables as described and defined herein for delivery to VA Offices in Dallas, Texas and Los Angeles, California.












All interested companies shall provide quote for the following:

Price-Cost Schedule

Description
Quantity
Price/unit
Extended Amount
Adjustable Height Tables for Los Angeles, CA
2


Delivery and Installation at Los Angeles, CA







Adjustable Height Tables for Dallas, TX
2


Delivery and Installation at Dallas, TX









Total


































Salient Characteristics

Salient Characteristics for Forecast Consoles brand (OR EQUAL) Adjustable-Height Tables

1. 72 wide x 32 minimum depth, 42 maximum depth, 225 lb minimum capacity
2. Variable height from 28 to 47 (min), elevation via electric motors with 3 or more height presets
3. B> or greater thick table top
4. Monitor mounts for 3 monitors and monitor assembly must elevate independently from the main work surface via electric motor
5. Radiologist tables shall accommodate 1-24 widescreen LCD monitor for PACS worklist, 1-6 megapixel Barco Coronis diagnostic display and 1 24 LCD for desktop PC display (monitors, PACS PCs and desktop PCs are NTP provided)
6. Monitor mounts to allow monitors to translate side to side, tilt and swivel. The worklist monitor and facility PC monitor will be on arms that allow them to move fore and aft independently of each other and the Barco display. This will permit optimal positioning of the 3 monitors so the bezels align and proper curvature can be obtained
7. Barco monitor will utilize 2 -DisplayPort cables and the LCDs will utilize DisplayPort cables. Video and USB extension cables will be provided by the vendor and will run from the monitor mount or desktop to the computer hangers
8. Enclosed cable management/cable tray at back of desk with 6 outlet or better powerstrip. Cable tray to contain powerstrip with sufficient room for excess power, video and computer cables. Vendor to provide and route all power, USB and video cables through cable tray/flexible cable tracks as part of the installation process.
9. Flexible cable management from cable tray to computer and outlets
10. 2 -Under desk CPU holders
11. High pressure laminate or equivalent desk surface in non-reflective dark color
12. Rounded or tapered edges at all user contact points
13. Gooseneck LED task light with dimmer control
14. 6 port USB connection at tabletop surface USB extension cable length will be kept at a minimum to avoid latency/communication issues
15. All items will have inside delivery, assembly and set-up in final location (mounting of CPUs and monitors will be customer s responsibility)
16. All packing material will be removed by the vendor
17. Minimum 5 year warranty on all parts














Please reference the image below:











Installation Requirement
Inside assembly/installation required. Contractor shall move the tables into their designated room within the NTP space, assemble the tables, install all USB, video, and power cables within flexible cable trays, attach monitor arms, light, USB hubs and under-table CPU holders, calibrate height adjustments and validate full functionality.

Delivery Requirement
2 (two) tables shall be delivered and installed at:
VA National Teleradiology Program (NTP) Greater LA Reading Center
11301 Wilshire Boulevard
Los Angeles, CA 90073

2 (two) tables shall be delivered and installed at:
VA National Teleradiology Program (NTP) Dallas Reading Center
4500 South Lancaster Road
Dallas, TX 75216

Delivery/installation shall be completed no later than 90 days after receipt of order/award of contract. Delivery terms are to be FOB Destination.

Award shall be made to the offeror whose quotation presents the best value to the government. The government will evaluate information based on the following evaluation criteria: (1) meeting or exceeding the requirement, and (2) price.B B

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 52.212-1, Instructions to Offerors Commercial Items (JAN 2017)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017)

Offerors must complete annual representations and certifications on-line at http://sam.gov 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 contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017)

The following clauses are incorporated into 52.212-4 as an addendum to this contract:

52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.232-50 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
VAAR 852.203-70 Commercial Advertising (JAN 2008)
VAAR 852.211-73 Brand Name or Equal (JAN 2008)
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012)
VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008)
VAAR 852.246-71 Inspection (JAN 2008)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018)

The following subparagraphs of FAR 52.212-5 are applicable:
Subparagraphs (b) 4, 8, 14(i), 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply.

The following clauses and provisions applies to this acquisition:

FAR 52.211-6 Brand Name or Equal (AUG 1999)
FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS

The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:

THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS.

1) Vendors shall provide a quote in two (2) separate volumes:

(a) Volume 1: Completed Price-Cost Schedule (found above) accompanied by vendor quote.
(b) Volume 2: Technical

If a vendor is providing a quote with potential equal products, the vendor is required to submit sufficient supporting documentation IAW VAAR 852.211-73, FAR 52.211-6 and 52.214-21. The supporting documentation shall demonstrate how each potential equal product is equivalent to the items listed with all the required components. The quote must also include an index that identifies the location of the information submitted that meets the corresponding items and components. Vendors who are providing a quote with potential equal products, and fail to provide sufficient supporting documentation, descriptive literature, and an index will not be considered for award.

NOTE: Vendor s providing a quote for the exact match brand name products listed in the Price-Cost Schedule are not required to submit Volume 2 as those products have already been determined technically acceptable.

2) Grey Market Prevention Language

(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 supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.
B
(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.B 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.B 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 toB 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.B

FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award an order resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

1. Technical: The vendor s quote must contain all the required salient characteristics for the designated items. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required salient characteristics for the designated items.

The technical ratings are defined as follows:

Acceptable: Quote clearly contains all the required salient characteristics for the designated items and line item descriptions of the solicitation.

Unacceptable: Quote does not clearly meet the salient characteristics and line item descriptions of the solicitation.

2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts.

Award will be made on a Lowest-Priced, Technically Acceptable basis.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

All quotations shall be emailed to angela.xavier@va.gov.

This is an open-market combined synopsis/solicitation for adjustable height tables as defined herein.B B The government intends to award a purchase order because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than January 28, 2019, 4:00 pm Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, angela.xavier@va.gov before January 24, 2019, 11:00 a.m. Pacific Time.

Point of Contact
Angela Xavier, Contract Specialist, Phone: 916-923-4559, angela.xavier@va.gov

Angela Xavier
angela.xavier@va.gov

Angela.Xavier@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP