The RFP Database
New business relationships start here

Tilt Table


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

This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 13 prepared with the format in Subpart 12.6, as supplemented with additional information included in this notice. The acquisition strategy will be a Small Business set-aside to best meet the needs of the Government. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) Solicitation number # VA262-17-Q-1445 is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66.
(iv) There is set-aside, Small Business, provisions associated with this procurement; NAICS code #339112 and small business size standard is 1,000 employees.
(v) The technical specifications are listed as brand name or equal (FAR 52.211-6 is applicable). For equal items, please include technical specifications. If technical specifications showing how the equal product meets the salient characteristics are not included, your quote will be considered non-responsive.
Qty
Description
1
Medical Tilt Table (Adult)
4
Tilt Table Wheels
1
Standing Control Panel for therapeutic applications w/remote control
1
Mano Dumbbell

The or equal equipment is required to have the following minimum salient characteristics:
Item No.
Description
Quantity
Unit
9N0550 0201
Galileo Delta Tilt Table
1
EA
8N55030A
Galileo Tilt Table Wheels
4
EA
9N0574 5252
Galileo Med L Standard
1
EA
8N0415 00x
Galileo Mano Dumbbell
1
EA

NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non-responsive and not considered for award.
Vendor Requirements:

1. Vendor shall provide delivery.

2. Vendor shall provide one (1) year comprehensive warranty on the product starting from the first day of delivery.

3. Vendor provides guarantee Items are free of defects and serviceable.
(vi) Date(s) and place(s) of delivery and acceptance and FOB point.
FOB Destination delivery shall occur within 15 business days after award to the following destination address:
Department of Veterans Affairs
VA San Diego Healthcare System
Warehouse Bldg 1
3350 La Jolla Village Drive
San Diego, CA 92161
FAR 52.212-1, Instructions to Offerors Commercial
Applies to this acquisition and the following addenda to the provision.
(a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated.
(b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable.
(c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule.
FAR 52.212-2(a) Evaluation Commercial Items (Oct 2014)
Applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics.
The Government reserves the right to award without discussions.B B Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint.B B However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items,
Offerors shall include a completed copy of the provision at with its offer. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
The additional FAR clauses cited in the clause are applicable to the acquisition and stated below.
FAR Clause 52.203-6
FAR Clause 52.204-10
FAR Clause 52.209-6
FAR clause at 52.212-4
FAR Clause 52.219-4
FAR Clause 52.219-8
FAR Clause 52.219-28
FAR Clause 52.222-26
FAR Clause 52.222-35
FAR Clause 52.222-36
FAR Clause 52.222-37
FAR Clause 52.222-40
FAR Clause 52.225-1
FAR Clause 52.225-5
FAR Clause 52.225-13

Other Applicable VAAR clauses:

852.203.70 COMMERCIAL ADVERTISING (JAN 2008)

852.211-70 SERVICE DATA MANUALS (NOV 1984)
852.232-72B Electronic submission of payment requests.
As prescribed in 832.7002-2, insert the following clause:
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a)B Definitions.B As used in this clause-
(1)B Contract financing payment has the meaning given in FAR 32.001 .
(2)B Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3)B Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause.B Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4)B Invoice payment has the meaning given in FAR 32.001 .
(5)B Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b)B Electronic payment requests.B Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form.B Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c)B Data transmission.B A contractor must ensure that the data transmission method and format are through one of the following:
(1)B VA s Electronic Invoice Presentment and Payment System.B (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2)B Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI).B The X12 EDI Web site (http://www.x12.org ) includes additional information on EDI 810 and 811 formats.
(d)B Invoice requirements.B Invoices shall comply with FAR 32.905 .
(e)B Exceptions.B If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office.B Submission of payment requests by mail may be required for:
(1)B Awards made to foreign vendors for work performed outside the United States;
(2)B Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3)B Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4)B Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5)B Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(xii) Quotes are to be received no later than 3:00 pm, July 25, 2017at email address: Carlos.Magana@va.gov, subject Quote: # VA262-17-Q-1445 [VENDOR NAME] late quotes shall not be accepted. Telephone responses shall not be accepted. Any questions regarding this solicitation shall be submitted no later than 3:00PM July 22, 2017.

Carlos Magana
Carlos.Magana@va.gov
(562) 766-2253

Carlos.Magana@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP