The RFP Database
New business relationships start here

Patient Gowns iv patient gowns


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

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers
Original Date: 10/12/17 Revision 01 Date: 01/08/18
Page 1 of 4

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS


General Information

Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24220Q0091
Posted Date:
11/07/2019
Original Response Date:
11/15/2019
Current Response Date:

Product or Service Code:
6532
Set Aside (SDVOSB/VOSB):
SDVOSB set aside
NAICS Code:
339112

Contracting Office Address
Department of Veterans Affairs, 130 West Kingsbridge Road, Bronx N.Y. 10468
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 2019-06.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees.

The St Albans VAMC is seeking to purchase patient gowns.

All interested companies shall provide quotation(s), for the following:


This is a FAR13 RFQ is for Patient Gowns. Equal products must comply with the product description in below and meet or exceed each of the minimum performance requirements listed in this solicitation.





Patient Gown Angle Back with tie closure any color will do must not be see through fabric is 55% Cotton 45% Polyester Specs are

SIZE Large, 51 LENGTH 6 IN SLEEVE 66 SWEEP 3 B= Poly Fenestration Quantity is 600 Dozen 4.1 ounce per Square Yard any color will do.

Iv tele Gown Angle Back any color no sees through gowns sweep 67 Qty is 200 Dozen


Offerors providing a brand name or equal product(s) to patient gowns must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal product must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet or exceed the salient physical, functional or performance characteristic specified in this solicitation;

Clearly identify the item by-
Brand name, if any and make or model number
Include descriptive literature such as illustrations, drawings, or clear reference to previously furnished descriptive data or information available to the Contracting Specialist, and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contract specialist will evaluate equal products based on information furnished by the offeror or identified in the offer and reasonably available to the contract specialist. The contract specialist is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offer shall provide the brand name product referenced in the solicitation.

Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered equal to or better than the requirement listed.

Any award made as a result of this solicitation will be made per FAR 13.106-1(2) on price and other factors which include past performance, the ability to meet the salient characteristics of the CLINs described above and any special features which are determined to provide more value to the government to meet this requirement.

Contractors are warned against contacting any VA personnel other than the Contracting Officer or Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the contractor making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, must be indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Per FAR 13.106-1(2) any award made resulting from this solicitation will be made based on the best overall quote that will be determined by price and other factors including past performance, ability to meet the salient characteristics and special features which may exceed the brand name, or are considered to provide more value to the government


Services
Items to be delivered only.

The delivery/task order period of performance is11/30/2019-2/28/2019.

Delivery and acceptance are to be F.O.B. Destination (FAR 52.247-34) at the Veterans affairs Medical centers located at:


Place of Performance

Address:
179-00 Linden Blvd
St. Albans N.Y.
Postal Code:
11425
Country:
UNITED STATES

Award shall be made to the offeror, whose proposal offers the best value to the government, considering technical capability and price.

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 (Deviation Oct 2018) ADDENDUM to 52.212-1 Instructions to Offerors -Commercial Items
FAR 52.212-2, Evaluation-Commercial Items-(Oct 2014)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
For your quote to be responsive:

Please provide your quote in section B.2 PRICE SCHEDULE above or via email to CS

Submission of quotes shall be received no later than11/15/2019 @ 11 A.M. via email to the Contracting Specialist at Lateisha.Robinson@va.gov

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 contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)
ADDENDUM to FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019).

The following subparagraphs of FAR 52.212-5 are applicable, along with 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52.222-3, 52.222-35, 52.222-50, 52.222-36, 52.222-21, 52.222-
26, 52.223-18, 52.225-13, 52.233-3, 52.233-4 and 52.247-64 subparagraphs.


**Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed patient gowns, verified by an authorization letter or other documents from the OEM, such as the OEM s warranty and services associated with the equipment shall be in accordance with the OEM terms and conditions. **


This is an open-market combined synopsis/solicitation for Trios 3 Move pen dental scanner equipment and accessories as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals, must include a statement regarding the terms and conditions herein 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:"quoters shall list exception(s) and rationale for the exception.

Submission shall be received not later than 11/15/2019@ 11AM at email address listed below for Contracting Officer address for submission of quotes. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f)(2)(I). Only email quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the lateisha.robinson@va.gov.


Point of Contact
Lateisha Robinson w Lateisha.robinson@va.gov
718-584-9000 4334
130 West Kingsbridge Road
Bronx, N.Y. 10468

Lateisha Robinson
lateisha.robinson@va.gov

lateisha.robinson@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP