Washington Bids > Bid Detail

6530--Midmark Exam Chair CS: Maureen Sundstrom

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159494662579730
Posted Date: Apr 6, 2023
Due Date: Apr 13, 2023
Solicitation No: 36C26023Q0437
Source: https://sam.gov/opp/970f4206a9...
Follow
6530--Midmark Exam Chair CS: Maureen Sundstrom
Active
Contract Opportunity
Notice ID
36C26023Q0437
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 06, 2023 12:43 pm PDT
  • Original Date Offers Due: Apr 13, 2023 03:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Spokane VA Medical Center 4815 N. Assembly Rd. Spokane , WA 99205
    USA
Description
Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 3 of 11
Page 1 of 9
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 4 of 10
Page 4 of 10
See attached document: P03 Single Source Justification MPT to SAT Midmark Exam Chairs - Redacted
SUBJECT*
Midmark Exam Chair CS: Maureen Sundstrom

GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
98661
SOLICITATION NUMBER*
36C26023Q0437
RESPONSE DATE/TIME/ZONE
04-13-2023 3:00 PM PACIFIC TIME, LOS ANGELES, USA
ARCHIVE
30 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
SBA
PRODUCT SERVICE CODE*
6530
NAICS CODE*
339113
CONTRACTING OFFICE ADDRESS
Network Contracting Office 20
ATTN: V4CONT
1601 E. Fourth Plain Blvd
Bldg.17, Suite B428
Vancouver WA 98661

POINT OF CONTACT*
Contract Specialist
Maureen Sundstrom
Maureen.Sundstrom@va.gov
PLACE OF PERFORMANCE
ADDRESS
Spokane VA Medical Center

4815 N. Assembly Rd.

Spokane WA
POSTAL CODE
99205
COUNTRY
USA
ADDITIONAL INFORMATION
AGENCY S URL
http://www.va.gov/spokane-health-care/
URL DESCRIPTION
Mann-Grandstaff VA Medical Center
AGENCY CONTACT S EMAIL ADDRESS
Maureen.Sundstrom@va.gov
EMAIL DESCRIPTION
Contracting POC

DESCRIPTION
Combined Synopsis/Solicitation Notice

Effective Date: 02/01/2022
Page 10 of 10
Page 10 of 10
1. 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; quotes are being requested, and a written solicitation document will not be issued.
2. This is a Brand Name Only Request for Quote (RFQ) and the solicitation number is 36C26023Q0437. The Government anticipates awarding a firm-fixed price supply order from this solicitation.
3. This is a solicitation for Midmark Barrier-Free Exam Tables. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective December 1, 2022.
4. This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees and the PSC is 6530.
All interested companies shall provide quotations, that are Brand Name Only to Midmark, for the following:
5. Equipment Needed:
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
626-001
626 Midmark Barrier-Free Exam Chair
4
EA
0002
002-2000-857
Upholstery Top 626 28 inch Premium
Color - Obsidian
4
EA
0003
9A600002
Patient Support Rails Plus, Field Installed
4
EA

6. Salient Characteristics:
The equipment must meet at a minimum the following:
- Power height, Power backrest
- Compressed 14.6 low seat height upholstery allowing 97% of patients to have feet flat on the floor for proper positioning for blood pressure capture, 37 high height
- Patient Transfer Position (PTP): must have low FLAT back position at 15.5
- Meet US Access Board recommendations for accessibility with 15.5 uncompressed low seat height
- 650 lb. lifting capacity
- Standard clean assist rollers, retractable roller base to easily and safely move the chair for cleaning/infection prevention
- Lockout feature on hand and foot control to prevent unintended movement of exam chair
- Manually engagement of actuator to lower table if power outage
- Optional patient support rails plus to achieve proper positioning of patients arm for blood pressure capture
- handling and wheelchair transfer, 59 long x 28 or 32 wide transfer area
- Chair position or flat table position at any height
- 76 long patient surface with slide-out footrest extended
- Active sensing technology safety feature to pause movement when disrupting impact is detected
- Front storage drawer with dividers for access/storage of speculums, gloves, instruments, and supplies
- Paper roll storage
- Multi-position hideaway stirrups
-Pelvic tilt and drawer heater
- Treatment pan
- Smooth-start electromechanical actuator motors
- One-touch auto-return home button that lowers table and raises backrest to chair position
- Programmable one-touch quick exam button
- Tamper resistant, UL-listed, duplex, hospital-grade electrical receptacles
- Elastomeric seat cutout for patient comfort
- Seamless upholstery for cleaning/infection prevention
- Removable upholstery top system for cleaning and easy replacement
- Steel-on-steel construction on all weight-bearing points for durability, including steel-reinforced seat and back section
- Seamless/sealed foot control for cleaning/infection prevention
- Standard spline receptacle system for tools free plug-n-play attachment of accessories patient support rails and patient support rails plus
- Galvanized leveling feet
- Minimum 1 Year Midmark Warranty

7. Place of Delivery:
Spokane VA Medical Center
4815 N. Assembly Rd.
Spokane, WA 99205
USA

F.O.B. Destination is the preferred delivery within 30-60 days after placing the order. All deliveries will be coordinated with the Spokane VAMC Point of Contact.
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:
8. FAR 52.212-1, Instructions to Offerors Commercial Items ,
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
52.204-7
System for Award Management (OCT 2018) [all solicitations except when conditions at FAR 4.1102(a) apply] Alternate I (OCT 2018) [when contract is awarded without providing full & open competition due to unusual or compelling urgency, FAR 4.1102(a)(5)
52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
52.212-3
Offeror Representations and Certifications Commercial Products
52.225-2
Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83)
52.233-2
Service of Protest (SEPT 2006)

(a) Gray market items are Original Equipment Manufacturers (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.
(b) Offeror 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.
(c) 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 s election, 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.
(d) Any award made as a result of this solicitation will be made on an All or Nothing Basis.
(e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and 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 offeror making such contact may be excluded from award considerations.
(f) 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, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
(g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
(End of Addendum to 52.212-1)
9. FAR 52.212-2, Evaluation-Commercial Items : The Government may 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 and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers:
Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement:
SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating as such must be included with any response to this solicitation.
1. Price
(a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.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.
11. Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification (https://www.sba.gov).
The following contract clauses apply to this acquisition:
12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum:
52.204-13
System for Award Management Maintenance (OCT 2018)
52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
52.222-19
Child Labor Cooperation with Authorities and Remedies (DEC 2022)
52.232-40
Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

VAAR Clauses:
852.203-70
Commercial Advertising
852.212-71
Gray Market Items
852.232-72
Electronic Submission of Payment Requests.
852.242-71
Administrative Contracting Officer
852.247-71
Delivery Location
852.247-73
Packing for Domestic Shipment

12. The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note)
52.219-28
Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2))
52.222-3
Convict Labor (JUN 2003) (E.O. 11755)
52.222-21
Prohibition of Segregated Facilities (APR 2015)
52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
52.222-37
Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)
52.222-50
Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627)
52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
52.225-1
Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83)
52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.232-33
Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332)
13. There are no additional contract requirements, terms or conditions.
14. Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 3:00 PM PST on 04/13/2023. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation will be considered non-responsive.
No late quotations will be accepted. The Government intends to make award without discussions.
15. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov.
See attached document P03 Single Source Justification MPT-SAT Midmark Exam Chairs
52.225-2 BUY AMERICAN CERTIFICATE also available as an attachment hereto.
A.1 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022)
(a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component.
(2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no .
(3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105).
(4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies.
(b) Foreign End Products:
Line item No.
Country of origin
Exceeds 55% domestic content (yes/no)



[List as necessary]
(c) Domestic end products containing a critical component:
Line item No.

[List as necessary]

(d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of Provision)
See attached document: 52.225-2 BUY AMERICAN CERTIFICATE.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 06, 2023 12:43 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >