The RFP Database
New business relationships start here

steel unicart crash carts


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

36C25019Q0813

Page 1 of

Page 46 of 46


Page 1 of
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25019Q0813
Posted Date:
05/21/2019
Original Response Date:
05/27/2019
Current Response Date:
05/27/2019
Product or Service Code:
6515
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
339112
Contracting Office Address
Department of Veterans Affairs, Network Contracting Office (NCO) 10, 2780 Airport Dr, Suite 340, Columbus OH 43219
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 2019-02.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees.

The Chalmers P. Wylie Ambulatory Care Center, 420 N. James Rd, Columbus Oh 43219 is seeking to purchase (17) Waterloo Uni-Cart Emergency Cart (WAT-3).








All interested companies shall provide quotes for the following:

Supplies

Line Item
Description
Quantity
Unit Price
Total Price
1





(17) steel unicart crash carts WAT-3 LOCAL STOCK NUMBER: WAT-3

17





SALIENT CHARACTERISTICS
The Chalmers P. Wylie VA ACC is in need of purchasing new medication crash carts for the facility. The current ones we have do not have dual locking mechanisms to satisfy VA guidelines and inspections. The need to separate and secure various medications is a requirement that will be satisfied by this purchase.
The procurement includes the following:
(17) Waterloo Uni-Cart Emergency Carts. Each cart will have the following modifications:
5206-01 IV Pole w/Brackets, SPL-18406 Oxygen Tank Bracket Metal, SPL-18408 Suction Pump Shelf Metal, SPL-6654 Defibrillator Shelf, SPL-68445 Gate Lock Breakaway Locking Bar, SPL-68446 Cardiac Board and Brackets, SPL-72198 HOSPITAL GRADE 15ft 4 outlet strip, MFG-65881 Clear Inlay for steel unicart 28inWx23-1/2D.
Freight Cost of $2529.10 has been waived to honor GSA pricing per Marlo.
All specifics are per quote numbers 6930715 and 6415343
The Waterloo Uni-Cart Emergency Cart will be specific to supporting the medication management needs of the facility as recognized in current standards and VHA directives. There will be dual locking mechanisms on each cart to separate medication and supplies along with other specific modifications which are included on the quote.

Place of Performance
Address:
Chalmers P. Wylie Ambulatory Care Center
420 N James Rd
Columbus OH
Postal Code:
43219
Country:
UNITED STATES


STATEMENT OF WORK (SOW)
1. Background.
New carts are needed for the facility to be in compliance with VA directives and standards. The new carts will have dual locking mechanisms to separate medication and supplies as required. Currently the carts in the facility are aged, and not in compliance.
2. Scope.
(17) brand new Waterloo Uni-Cart Emergency Carts

3. Specific Tasks. (17) Waterloo Uni-Cart Emergency Carts. Each cart will have the following modifications:
5206-01 IV Pole w/Brackets, SPL-18406 Oxygen Tank Bracket Metal, SPL-18408 Suction Pump Shelf Metal, SPL-6654 Defibrillator Shelf, SPL-68445 Gate Lock Breakaway Locking Bar, SPL-68446 Cardiac Board and Brackets, SPL-35029 15ft 6 outlet strip, MFG-65881 Clear Inlay for steel unicart 28inWx23-1/2D.

3.1 Task 1 - Enterprise Management Controls
3.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions.

3.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract.
Deliverables: 17 WAT-3 uncarts

4. Security Requirements
No maintenance or installation of a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System, VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed under this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.


Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable

Applicable Provision and Clauses:
The following clauses apply to this acquisition:
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2019)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (MAY 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.247-73 Packing for Domestic Shipment (OCT 2018)

The following provisions apply to this acquisition:
52.211-6 Brand Name or Equal (AUG 1999)
52.212-3 Offeror Representations and Certifications-Commercial Items (SEPT 2006)
Quote Evaluation and Award:
This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible contractors whose quote conforms to the requirements within this solicitation and will be the most advantageous to the Government. Lowest Price Technically Acceptable (LPTA) will be how the quotes are evaluated. A contractor s initial quote shall contain the best terms from a price and technical standpoint. Contractors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process.


Procedure for submitting documents to the Department of Veterans Affairs:
DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW.
email: percy.johnson2@va.gov

Submission of Quote:
All information shall be submitted in the manner described below and contractors who do not submit all information may not be considered for award.

SET-ASIDE REQUIREMENT: Only verified SDVOSB firms are eligible to submit quote or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of quote and prior to award.

Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

This requirement will be awarded on all-or-none basis.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Contractor include the schedule information on your quote.

RESPONSES ARE DUE: May 27, 2019 at 1PM EST. Quotes will only be accepted electronically via e-mail to percy.johnson2@va.gov. Enter RFQ 36C25019Q0813 Steel Unicart Crash Carts in the email subject line.

Percy E Johnson
percy.johnson2@va.gov
614-257-5534

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP