This is a combined synopsis/solicitation for Brand Name or Equal 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; proposals are being requested and a written solicitation will not be issued.
Solicitation number 36C10G24R0002 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02, dated 22 January 2024 and may be accessed in full text at FAR | Acquisition.GOV.
Requirement Description:
The Veterans Health Administration (VHA) Equipment Life Cycle Management (ELCM) Program identified Capsa® Brand Name or Equal Medical Carts: Storage/Transport product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Medical Carts: Storage/Transport are lightweight and durable mobile carts used in medical facilities for storing and transporting computer equipment, medications, emergency equipment, and medical supplies. These carts are designed with the healthcare setting in mind; with a range of features expressly integrated to ease workloads for nurses and other healthcare professionals, as well as to enhance patient care. These carts can be used in a variety of applications that include Charting and Electronic Medical Records, Medication Dispensing, and Nursing Education. These carts are engineered to meet the exacting requirements of the healthcare industry and built tough enough to withstand daily use in the most demanding environments. The salient characteristics (SC) for these commercial items are identified in the Non-Expendable Equipment (NX EQ) Medical Carts: Storage/Transport, Product Description.
A single award Requirements contract will be awarded IAW FAR Clause 52.211-6, Brand Name or Equal and FAR 11.104, Use of Brand Name or Equal Purchase Descriptions, in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Proposals shall contain the terms for cost/price and technical capabilities of the band name or equal equipment. The Government reserves the right to award without discussions.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies, and the associated size standard is 800 employees. This procurement action is issued as Unrestricted.
The proposed acquisition is for a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract. This requirement will be solicited and awarded IAW FAR clause 52.211-6, Brand Name or Equal which requires the offeror to indicate that each product is being offered as an equal product to the Capsa® Brand Name Medical Carts: Storage/Transport. All interested companies shall provide a proposal for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A - PRICE COST SCHEDULE - NX EQ MEDICAL CARTS STORAGE TRANSPORT
This procurement effort is to establish a 12-month base contract with four (4) 12-month option periods.
Delivery is FOB destination and requires delivery to VA medical facilities located within the continental United States (CONUS) and Outside Continental United States (OCONUS). Firm-Fixed-Price Orders will be placed against this contract in writing and will provide the exact delivery locations, delivery dates, and exact quantities. Delivery shall be provided within 30 days after receipt of order (ARO).
The FAR provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision.
The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if not available in the System for Award Management (SAM). Vendors are required to complete all fill-in Provisions listed on Attachment D - Solicitation Provisions.
Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addendum to the clause.
Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition and found in Attachment C - Contract Clauses.
The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All proposers must be certified with the appropriate NAICS code on the SAM website. All SDVOSB offerors must be verified in the Small Business Administration (SBA) database at: Veteran Small Business Certification (sba.gov) at the time of proposal submission.
Questions regarding this combined synopsis/solicitation are due via email by 11:59 AM EST on July 23, 2024,, to Contract Specialist, Deidre Parker at Deidre.Parker@va.gov and Contracting Officer, Tawana Young at Tawana.Young@va.gov. No calls will be accepted. All questions received by the stated deadline will be answered via a solicitation amendment and posted on the Contracting Opportunities (https://sam.gov/ ) website.
Proposals are due via email by 11:59 AM EST on August 6, 2024, to Contract Specialist, Deidre Parker at Deidre.Parker@va.gov and Contracting Officer, Tawana Young at Tawana.Young@va.gov.
PRODUCT DESCRIPTION
1. SCOPE OF WORK:
The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified Medical Carts: Storage/Transport product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Medical Carts: Storage/Transport are lightweight and durable mobile carts used in medical facilities for storing and transporting computer equipment, medications, emergency equipment, and medical supplies. These carts are designed with the healthcare setting in mind; with a range of features expressly integrated to ease workloads for nurses and other healthcare professionals, as well as to enhance patient care. These Carts can be used in a variety of applications that include Charting and Electronic Medical Records, Medication Dispensing, and Nursing Education. These carts are engineered to meet the exacting requirements of the healthcare industry and built tough enough to withstand daily use in the most demanding environments.
The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Medical Carts: Storage/Transport to be used by Clinicians throughout the VA medical centers and facilities located CONUS and OCONUS. The period of performance is for one 12-month base period with four 12-month option periods from the date of award.
2. REQUIREMENT
This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the proposer to indicate that each product being offered as an equal product to the Capsa® brand and equipment name. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The proposer must also clearly identify the item by brand name (if any) and make/model number. Finally, the proposer must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements.
Table 1 - Contract Line Items
CLIN
Brand
Part Number
Description
0001
CAPSA
VA-M38NS
M38e Non-Storage Cart
Â
CAPSA
Â
M38XP / M38RX Tier Configuration Sets
0002
CAPSA
VA-M38XP
M38e XP 2 Tier Storage Cart - Select Any One (1) Tier Configuration Set from CLINS 0003 thru 0010
0003
CAPSA
9M38-11
Wide Bin Draw One Across 13-3/8w x 12-3/8l x 2-5/8 h
0004
CAPSA
9M38-22
Medium Bin Two Across 6-3/4 w x 12-38 l x 2-5/8 h
0005
CAPSA
9M38-33
Small Bin Three Across 4-12 w x 12-3/8 l x 2-5/8 h
0006
CAPSA
9M38-DD
Double Deep Bins 6-3/4 w x 12-3/8 l x 5-12 h
0007
CAPSA
9M38-12
Two Bins Across and One Drawer Across
0008
CAPSA
9M38-13
Three Bins Across and One Drawer Across
0009
CAPSA
9M38-23
Three Bins Across and Two Bins Across
0010
CAPSA
9M38-DD
Double Deep Bins 13-38 w x 12-3/8 l x 5-12 h
CAPSA
Â
MaxBin Tier Configurations
0011
CAPSA
VA-M38RX
M38e RX 4 Tier Storage Cart
0012
CAPSA
VA-MaxB1
One Tier - Choose Any One (1) Configuration from CLIN 0011
0013
CAPSA
VA-MaxB2
Two Tier - Choose Any Two (2) Configurations from CLIN 0011
0014
CAPSA
VA-MaxB3
Three Tier - Choose Any Three (3) Configurations from CLIN 0011
0015
CAPSA
VA-MaxB4
Four Tier - Choose Any Four (4) Configurations from CLIN 0011
0016
CAPSA
VA-MaxB5
Five Tier - Choose Any Five (5) Configurations from CLIN 0011
CAPSA
Â
MaxBin Drawer Kits
0017
CAPSA
VA-M38Trio
M38 Trio MaxBin Cart (Select Any Configuration from CLINS 0018 thru 0022)
0018
CAPSA
207161
Any One (1) Tier Configuration Set From CLIN 0017 Part Number
0019
CAPSA
207160
Any Two (2) Tier Configuration Set From CLIN 0017 Part Number
0020
CAPSA
207159
Any Three (3) Tier Configuration Set From CLIN 0017 Part Number
0021
CAPSA
207158
Any Four (4) Tier Configuration Set From CLIN 0017 Part Number
0022
CAPSA
207157
Any Five (5) Tier Configuration Set From CLIN 0017 Part Number
CAPSA
Â
ACMi Bin and Drawer Configurations Select 8 - 10 Tiers
0023
CAPSA
VA-ACMiNC
ACMi 10H LTC Cart (Select Any Configuration from CLINS 0024 thru 0033)
0024
CAPSA
12750
AC 2 Tier Cassette / 6 Bins 2.75"h x 5.5"w x 12.5"d
0025
CAPSA
12751
AC 2 Tier Cassette / 4 Bins 2.75"h x 8"w x 12.5"d
0026
CAPSA
12752
AC 3 Tier Cassette / 6 Bins 2.75"h x 8"w x 12.5"d
0027
CAPSA
12753
AC 3 Tier Cassette / 9 Bins 2.75"h x 5.5"w x 12.5"d
0028
CAPSA
ACi3-MD
1 - Tier 3" Main Drawer
0029
CAPSA
ACi6-MD
1 - Tier 6" Main Drawer
0030
CAPSA
ACi9-MD
1 - Tier 9" Main Drawer
0031
CAPSA
ACi3-Utl
1 - Tier 3" Side Drawer
0032
CAPSA
Aci-6Utl
1 - Tier 6" Side Drawer
0033
CAPSA
Aci-9Utl
1 - Tier 9" Side Drawer
CAPSA
Â
M38e & Trio Accessories
0034
CAPSA
4171671
Worksurface Light
0035
CAPSA
1781813
LCD Mount and Cup Holder
0036
CAPSA
1786593
Plastic Waste Bin
0037
CAPSA
4170398
Cavi Wipe Mount and Holder
0038
CAPSA
FG9M38AA
Wire Basket
0039
CAPSA
1782681
Sharps Mount
0040
CAPSA
1782695
Accessory Bin Plate
0041
CAPSA
FG9M38IV
IV Pole
0042
CAPSA
1975189
Barcode Scanner Mount
CAPSA
Â
ACMi Accessories
0043
CAPSA
UG-AVWS-12400-CM
Writing Surface Upgrade
0044
CAPSA
UG-AXARMCOL-ACi
Upgrade AXM Column
0045
CAPSA
12983
Universal LCD Access Mount
0046
CAPSA
12770
Drawer Divider Kit
0047
CAPSA
P7048-1
Sharp Container and Mount
0048
CAPSA
P70498
Glove Container
0049
CAPSA
12761
IV Pole
0050
CAPSA
12101
Plastic Waste Bin
0051
CAPSA
12528
AC Top Mat
0052
CAPSA
12742
Keyless Narc Lid
0053
CAPSA
12763
Worksurface Light
0054
CAPSA
13052
Barcode Scanner Mount
CAPSA
Â
Warranties and Installation
0055
CAPSA
PARTLAB45YRWITHSTOR
4th and 5th Year Extended Warranty
0056
CAPSA
FG9M38ON
On Site Installation / Integration / Testing
CAPSA
Â
Technologies
0057
CAPSA
VA-Techbndl1
Dell 7080MFF or HP Approved Equivalent, I7 Processor 16 GB Memory, 512 GB Self Encrypting Solid State Drive Intel WiFi FIPS, 24" LCD, VA Approved Barcode Scanner, Washable Keyboard, Washable Mouse, PIV Card Reader
0058
CAPSA
VA-Techbndl2
Tangent 24" AIO Computer, VA Approved Scanner, Washable Keyboard, Washable Mouse, PIV Card Reader
0059
CAPSA
VA-Techbndl3
Dell 7080MFF or HP Approved Equivalent, I7 Processor 16 GB Memory, 512 GB Self Encrypting Solid State Drive Intel WiFi FIPS
0060
CAPSA
VA-Privsc
Optional Integrated Privacy Screen for 24" LCD
The Department of Veterans Affairs (VA) is seeking vendors who can provide Medical Carts: Storage/Transport identified above which meet the minimum salient characteristics (SCs) listed below. Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero.
Proposers must complete the highlighted section below and identify where your supporting documentation is located.
Table 2 Salient Characteristics
SC #
SALIENT CHARACTERISTICS
METHOD OF EVALUATION
VENDOR S PROVIDE PAGE # WHERE EACH SC IS MET IN YOUR TECHNICAL LITERATURE
DOCUMENT TITLE
PAGE #
CLINS 0001 0004 M38e/XP/Trio Carts and CLINS 0006-0010 M38e/XP/Trio Accessories apply to the following SC s:
SC 1
Must have a lockable PC/Laptop Compartment at least: 17"W x 11.25"D x 3"H
Literature Review
SC 2
Must have multiple A/C Plugs
Literature Review
SC 3
Must have cable management
Literature Review
SC 4
Must have secured storage for LION battery
Literature Review
SC 5
Must have Battery status indicator
Literature Review
SC 6
Must have primary work surface with document cover at least (17 W x 10.5 D) and additional extendable work surface at least (10.875 W x 9.175 D) that pulls out to the left or right side of cart
Literature Review
SC 7
Must be able to adjust height of cart with touch of a button for use while standing or sitting
Literature Review
SC 8
Must have a keyboard tray and left/right mouse trays with mouse holder
Literature Review
SC 9
Must have front handles for steering of the cart and handle on rear of cart
Literature Review
SC 10
Must have height adjustable Monitor mount with tilt/swivel capability for optimal viewing
Literature Review
SC 11
Must have cart footprint no greater than 16" x 18"
Literature Review
SC 12
Must have minimum 3-year standard warranty that includes Parts/Labor and Next Business Day Onsite Service
Literature Review
SC 13
Must have (4) casters - (2) locking and (2) directional
Literature Review
SC 14
Must have optional drawer storage for carts
Literature Review
SC #
SALIENT CHARACTERISTICS
METHOD OF EVALUATION
VENDOR S PROVIDE PAGE # WHERE EACH SC IS MET IN YOUR TECHNICAL LITERATURE
DOCUMENT TITLE
PAGE #
CLINS 0005 ACMi cart and CLIN 0011 ACMi Accessories apply to the following SC s:
SC 1
Must have PC/Laptop Compartment
Literature Review
SC 2
Must have expansive work surface at least (16"D x 28"W), with option for extra pull-out work surface space
Literature Review
SC 3
Must have base dimensions/footprint +/- One inch. 24"D x 38"W x 43"H
Literature Review
SC 4
Must have keyless auto relocking lock system
Literature Review
SC 5
Must have keypad - for unlocking/relocking cart and a battery status indicator
Literature Review
SC 6
Must have a stow-away keyboard tray with left/right mouse trays and mouse holder
Literature Review
SC 7
Must have handle(s) for steering of cart
Literature Review
SC 8
Must have monitor mount allowing tilt/swivel movement and 75mm/100mm VESA hole pattern
Literature Review
SC 9
Must have at least 10 tiers of available main storage space and 10 tiers of available utility storage space: storage options shall include drawers at 3", 6", 9" height +/- 1 for main and utility storage space, 2-tier, and 3-tier exchangeable cassettes w/ individual patient bins (5.5"w or 8"w)
Literature Review
SC 10
Must have minimum 3 years standard warranty that includes Parts/Labor and Next Business Day Onsite Service
Literature Review
SC 11
Must have (4) casters - (2) locking and (2) directional
Literature Review
3. PRODUCT REMOVAL OR RECALL
The FDA encourages companies to be Recall Ready by developing recall policies and procedures that include training, planning, and record-keeping to reduce the time a recalled product is on the market and limit the public s exposure to risk.
For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer agrees to take following steps immediately:
Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible.
Provide copies of the notification to CO, Contracting Specialist, Contracting Officer
Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following:
(1) Complete item description and/or identification, order numbers from
customers and the contract number assigned as a result of an issuance on
the solicitation;
(2) Reasons for modifications, removal or recall; and
(3) Necessary instructions for return for credit, replacement or corrective
action.
A copy of the notification will be provided to:
Manager, Product Recall Office
National Center for Patient Safety
Veterans Health Administration
24 Frank Lloyd Wright Drive, Lobby M
Ann Arbor, MI 48106
4. DATA RIGHTS
Commercial license agreements may be made a part of this Contract/Order but only if both parties expressly make them an addendum hereto, as permitted by FAR 12.212. If the commercial license agreement is not made an addendum, it shall not apply, govern, be a part of or have any effect whatsoever on the Contract/Order; this includes, but is not limited to, any agreement embedded in the computer software (clickwrap), any agreement that is otherwise delivered with or provided to the Government with the commercial computer software or documentation (shrinkwrap), or any other license agreement otherwise referred to in any document. If a commercial license agreement is made an addendum, only those provisions addressing data rights regarding the Government s use, duplication and disclosure of data (e.g., restricted computer software) are included and made a part of this Contract/Order, and only to the extent that those provisions are not duplicative or inconsistent with Federal law, Federal regulation, the incorporated FAR clauses and the provisions of this Contract/Order; those provisions in the commercial license agreement that do not address data rights regarding the Government s use, duplication and disclosure of data shall not be included or made a part of the Contract/Order. Federal law and regulation including, without limitation, the Contract Disputes Act (41 U.S.C. § 7101 et seq.), the Anti-Deficiency Act (31 U.S.C. § 1341 et seq.), the Competition in Contracting Act (41 U.S.C. § 3301 et seq.), the Prompt Payment Act (31 U.S.C. § 3901 et seq.), Contracts for Data Processing or Maintenance (38 USC § 5725), and FAR clauses 52.212-4, 52.227-14, 52.227-19 shall supersede, control, and render ineffective any inconsistent, conflicting, or duplicative provision in any commercial license agreement. In the event of conflict between this clause and any provision in the Contract/Order or the commercial license agreement or elsewhere, the terms of this clause shall prevail. The Contractor shall deliver to the Government all data first produced under this Contract/Order with unlimited rights as defined by FAR 52.227-14. Claims of patent or copyright infringement brought against the Government as a party shall be defended by the U.S. Department of Justice (DOJ) in accordance with 28 U.S.C. § 516; at the discretion of DOJ, the Contractor may be allowed reasonable participation in the defense of the litigation. Any additional changes to the Contract/Order must be made by modification (Standard Form 30) and shall only be made by a warranted Contracting Officer. Nothing in this Contract/Order or any commercial license agreement shall be construed as a waiver of sovereign immunity.Â
The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this combined synopsis/solicitation.