The RFP Database
New business relationships start here

Posted an RFQ on FBO 9/9/2019, closes 9/13/2019 at 1 PM///RMB.509-19-3-528-0091 Amsco OR Table (VA-19-00074663) SP Battery Powered General Surgical Table with X-Ray Tops.


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

2

The Department of Veterans Affairs Network Contracting Office (NCO) 07, Augusta VA Medical Center has a requirement for an SP Battery Powered General Surgical Table with X-Ray Tops.
The objective of the project is to replace the current table that is obsolete and at end of life. Replacement is needed for continued service.
The North American Industry Classification System (NAICS) code for this procurement is 622110 General Medical and Surgical Hospitals.

Department of Veterans Affairs Atlanta VA Medical Center intends to award a Firm Fixed Price Contract for the SP Battery Powered General Surgical Table with X-Ray Tops
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.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 03 (eff. 06/12/2019).

This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 622110 General Medical and Surgical Hospitals and the business size standard is $38.5 Million.


B PLEASE address each salient characteristic as your item must meet or exceed each specification. This RFQ will be Awarded based on LPTA; No Grey Item Retailer(s); must be authorized dealers at time of the publishing of this RFQ.

Salient Characteristics
SP Battery Powered General Surgical Table
With X-Ray Tops

SPECIFICATION
DESCRIPTION
Table Top Length
76" (193 cm)
Table Top Width
20" (508 mm) (28" with extenders)
Table Height Range
27" to 44" (686 to 1118 mm)
Patient Weight Capacity
1,000 lbs. (454 kg) normal orientation
500 lbs. (227 kg) side tilt & reverse orientation
Table Shipping Weight
918 lbs. (416 kg) electric-powered
920 lbs. (417 kg) battery-powered
X-ray tops add 40 lbs. (18 kg) to shipping weight
Upper Body Imaging Area
Normal orientation
(28" x 16")
448 sq. in (2890 cm2)
Normal orientation with IA extender
(36" x 16")
576 sq. in (3716 cm2)
Reverse orientation, head section reversed
(45" x 16")
720 sq. in (4645 cm2)
Reverse orientation, 36" carbon fiber flour extension (36" x 20")
720 sq. in (4645 cm2)


Lower Body Imaging Area
Normal orientation
(33" x 14")
462 sq. in (2980 cm2)
Normal orientation, head section reversed
(45" x 16")
720 sq. in (4645 cm2)
Normal orientation, 36" carbon fiber flour extension (36" x 20")
720 sq. in (4645 cm2)
Normal orientation with Fem/Pop board
(55" x 16")
880 sq. in (5678 cm2)
B
Hand control features
Normal/reverse orientation button
Return to level button
Trendelenburg / Reverse
25B0 / 25B0
Lateral Tilt (left/right)
18B0 / 18B0
Head Section
+90B0 to -90B0
Back Section
+55B0 to -25B0 (normal)
+80B0 to -105B0 (reverse)
Leg Section
+80B0 to -105B0 (normal)
+55B0 to -25B0 (reverse)
Flex/Reflex
20B0 / 25B0
Manual Override
Yes
Perneal Cut-out
Yes
Kidney Elevator
4" (10 cm) manual
Models Available
Battery-powered
Electric-powered
Voice-activation capable

*Contractors providing equal products shall provide descriptive literature describing equal characteristics and must be compatible with current system.
All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request.

The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements.

The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable.

All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote.

The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition.

Provision 52.212-1, Instructions to Offerors Commercial (Oct 2018), applies to this acquisition.
Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items:

Quotes shall be submitted via email to richard.bogle@va.gov. All quotes and additional required documentation are to be received no later than 1:00 PM (EDT) Eastern Daylight Time on September 17, 2019.

Provision 52.212 2, Evaluation Commercial Items (OCT 2014), applies to this acquisition.
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 considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable .
Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information base on the following evaluation criteria: price, delivery, and technical acceptability.
Price This is the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling.
Delivery This is the offeror s ability to deliver the equipment within 30 days ARO.
852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008).
Provisions incorporated by reference are:

52.204-7 System for award management (OCT 2018)

52.204-16 Commercial and Government Entity Code Reporting (JULY 2016) [all solicitation that include 52.204-6 or 52.204-7].

52.211-6 Brand Name or Equal (AUG 1999) [use when brand name or equal purchase descriptions are included]

Clauses Incorporated by Reference:

52.204-13 System for Award Management Maintenance (OCT 2018)

52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.243-1 Changes Fixed Price (AUG 1987);

852.203-70 Commercial Advertising (MAY 2018);

852.246-70 Guarantee (OCT 2018)

Please ensure to reference RFQ # 36C24719Q1142 on solicitation

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.
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.

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 selection, 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.

Richard Bogle
404-417-1736

richard.bogle@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP