The RFP Database
New business relationships start here

Video Cart with Articulating Arm


Tennessee, 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 a commercial supply and/or service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is VA249-17-Q-0876. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns.

The Contract Officer

(1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tiered order:

(a) service-disabled veteran-owned small business (SDVOSB);
(b) veteran-owned small business (VOSB);
(c) all other small business concerns;
(d) other than small business.

(2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of
offers will proceed at the next lower tier until an award or a sufficient number of awards can
be made.

The Robley Rex VA Medical Center requires the following:
DESCRIPTION OF REQUIREMENT: Video Cart with Articulating Arm (Brand Name or Equal)

CLIN
Item Description
Quantity
Price
Total
0001
Item 9606 Video Cart with Full Door Articulating Arm, 4 Shelves, No Drawer
2 EA


0002
Item 9402 Variable Height Secondary Monitor Stand
2 EA


0003
Item 9826NB-US 26 LED Monitor
4 EA


0004
Item 9826NB-US-SP 26 Screen Protector for 9826NB-US
4 EA


0005
Item 9500ZW-P-KT Wireless Zerowire Plus 1080P, DVI Video Transmission, Transmitter/Receiver Kit
2 EA


0006
Item 9826NB-ZW Power Cable, Zerowire & Zerowire PY-Cable for 9826NB-US
4 EA


0007
Item P-Spies-H3X-SD-TRD Upgrade Promo-Spies Connect W/H3 Link, for STD Definition Image 1 CCU
2 EA


0008
Item P-TH100-Trade Image1 S H3-Z Exchange Upgrade with Trade In of Image 1 Camera Head
4 EA


0009
Item KSZ-39201HCTS Container System, Camera Heads
4 EA


0010
Item 495ND Light Cable
4 EA


0011
Item P-UI500 Trade Promo: Endoflator 50L w/Integrated SCB Module, Power Supply, 100-240 VAC
2 EA


0012
Item 2602H-2P Dual Yoke CO2 Hose Assembly to Connect 2 CO2 E-Cylinder Tanks to 1 Insufflator
2 EA


0013
Item 201331-20-1 SCB 300W Xenon Light Source
2 EA


0014
Item P-WU1271 Sony Updr80MD Medical Grade Printer Promotion
2 EA


0015
Item P-20205501-Trade1
2 EA




GRAND
TOTAL
$

PERIOD OF PERFORMANCE: within 60 days of receipt of order

QUOTE FORMAT AND EVALUATION CRITERIA
Offerors shall complete the pricing schedule. Not completing the pricing will result in disqualification. Price will be ranked based on the lowest summary price.
Offerors shall provide only one quote. Non-compliance with this requirement will result in disqualification of both quotes.
Technical Requirements that the Contractor Shall Provide:
This request for quote uses a Brand Name or Equal Description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name.
The contractor is permitted to submit bids for alternate items, provided those items meet all the salient physical, functional, or performance characteristics specified by this request for quote. Contractor must provide equipment describing exactly what alternate equipment is being utilized (including make, model and description) so that the quote can be fully considered. The government will evaluate 'equal' items based on information furnished by the contractor or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the Quote.
4. Quotes shall be responded to via e-mail.
5. All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/
6. Quotes must be received on/or before the 08/24/2017 at 10:00 AM to be considered for award.
7. Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers
8. Award to Lowest Priced that can provide the correct equipment.
The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations.

The government intends to award a contract because of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ 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).
You are reminded that representatives from your company SHALL NOT contact any Robley Rex VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.
PLEASE NOTE:
The solicitation document and incorporated provisions and clauses are those in effect through FAC Number/Effective Date: 2005-94, 2005-95 / 01-19-2017 -The North American Industry Classification System code (NAICS) is 339112, Medical and Surgical Instruments, Equipment, and Supplies Manufacturing. The Federal Supply Code (FSC) is 6515 is Medical and Surgical Instruments, and Supplies. A firm fixed price contract will be awarded. All interested parties must bid on all items.

Brand Name or Equal
Any or equal items will be sent to the technical representative for evaluation. If providing or equal product, you must describe how your item meets or exceeds the brand name product to be acceptable for award. Failure to do so will result in non-responsive quote. The Government also reserves the right to make no award at all.
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting):

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/index.asp
52.203-3 Gratuities

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017)
52.219-28 Post Award Small Business Program Re-representation (JUL 2013)
52.222-3 Convict Labor (JUNE 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
(End of Clause)
852.203-70 Commercial Advertising (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
852.203-71 Display of Department of Veterans Affairs Hotline Poster

(a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General.
(b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647.
(c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.
(End of Clause)
852.211-73 Brand Name or Equal
(Note: as used in this clause, the term "brand name" includes identification of products by make and model.)
(a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
(b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
(i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
(ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
The clause entitled "Brand name or equal" applies only to the following line items:
ALL ITEMS

(End of Clause)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
852.232-72 Electronic Submission of Payment Requests (NOV2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) 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. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. 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) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) 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). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. 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. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) 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) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
852.233-70 Protest Content

(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, and telephone number of the protester;
(2) Identify the solicitation and/or contract number;
(3) Include an original signed by the protester or the protester's representative and at least one copy;
(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;
(5) Specifically request a ruling of the individual upon whom the protest is served;
(6) State the form of relief requested; and
(7) Provide all information establishing the timeliness of the protest.
(b) Failure to comply with the above may result in dismissal of the protest without further consideration.
(c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.

(End of Clause)
852.233-71 Alternate Protest Procedures
As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.
(End of Clause)
852.246-70 Guarantee (JAN 2008)
The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, 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 Clause)


852.246-71 Inspection (JAN 2008)
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account.

(End of Clause)

The following RFQ provisions apply to this acquisition:
52.204-22 Alternative Line Item Proposal.

(a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror.
(b) The Offeror may submit one or more additional proposals with alternative line items, if alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable.

Robert Pritchard, Contract Specialist
615-225-3433 or robert.pritchard2@va.gov

robert.pritchard2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP