Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 3 of 16
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice
Page 1 of 16
SUBJECT*
Med Equipment Operating Room Refurbish
GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
98661
SOLICITATION NUMBER*
36C26023Q0080
RESPONSE DATE/TIME/ZONE
12-23-2022 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
Mann-Granstaff VA Medical Center
4815 N Assembly St
Spokane Washington
POSTAL CODE
99205
COUNTRY
USA
ADDITIONAL INFORMATION
AGENCY S URL
URL DESCRIPTION
AGENCY CONTACT S EMAIL ADDRESS
EMAIL DESCRIPTION
DESCRIPTION
Combined Synopsis/Solicitation Notice
Effective Date: 02/01/2022
Page 16 of 16
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 or Equal Request for Quote (RFQ) and the solicitation number is 36C26023Q0080. The Government anticipates awarding a firm-fixed price supply order from this solicitation.
3. This is a solicitation for Operating Room Refurbish. 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 for the following:
5. Equipment Needed:
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Dispenser, Hand Sanitizer, Touch-Free
JSN-A5077
20
EA
0002
Dispenser, Glove, Surgical/Examination, Wall-mounted
JSN-A5107
8
EA
0003
Step stool, Straight
JSN-F0355
12
EA
0004
IV Stand, Adjustable
JSN-M4255
12
EA
0005
Stand, Mayo
JSN-M8810
9
EA
0006
Carriage, Pail, CRS, Without Pail
JSN-M8900
6
EA
0007
Pail, Utility, CRS, For Carriage
JSN-M8905
6
EA
0008
Double Basin Stand with Shelf, Mobile
JSN-8920
6
EA
0009
Single Basin Stand with Shelf, Mobile
JSN-8925
6
EA
0010
Dispenser, Soap Disposable
JSN-A5075
5
EA
0011
Cabinet, Catheter Storage
JSNM3161
3
EA
0012
Dispenser, Paper Towel, Hands Free
JSN-A5082
5
EA
0013
Disposal, Sanitary Napkin, Surface Mounted
JSN-A5090
3
EA
0014
Dispenser, Toilet Tissue, 2-Roll, Surface Mounted
JSN-A5200
4
EA
6. Salient Characteristics:
1. The Hand Sanitizer Dispenser must be:
a. Purell Brand Name or Equal
b. Touch free Automatic
c. Wall mounted
d. Battery Operated
e. Not include Sanitizer liquid
f. Dimensions: 5 ¾ inches Width X 4 inches Depth X 10 ½ inches Height
g. Capacity 1200 ml, Cartridges, Foaming
h. White
i. ADA Compliant
j. Plastic
2. Examination Glove Dispenser box for wall mounting must be:
a. Fabricated of either cold rolled steel with a white baked enamel finish, plastic or acrylic.
b. Provided with wall bracket to facilitate mounting and demounting
c. Holds three boxes of extended cuff gloves with dividers
d. Keyholes for wall mounting
e. Clear PETG Plastic Primary Area for Product Usage
f. Capacity for Box(es) no larger than 5.25 inches W x 16.00 inches H x 2.50 inches D (13.3 cm x 40.6 cm x 6.4 cm) Box(es) no smaller than 4.00 inches W x 15.00 inches H x 1.75 inches D (10.2 cm x 38.1 cm x 4.4 cm)
g. approximated Product Specifications (overall external dimensions): 15.70 inches W x 16.10 inches H x 2.95 inches D (39.9 cm x 40.9 cm x 7.5 cm) 1.8 lbs (0.8 kg) approximated
3. Step stool. Used to assist patients getting on and off exam or surgical tables, must be:
a. Fitted with electrically conductive rubber tips
b. MR Conditional to 3-Tesla
c. Fully welded, stainless-steel construction one step foot stool
d. Black non-slip rubber treads and feet tips
e. Flared legs and outer frame welded all around the top and over the rubber tread for protection
f. Dimensions: 12 inches Depth X 8 inches Height X 18 inches Width to expand to 30 inches Width, in inches
g. Capacity: 300 lbs.
4. Adjustable IV stand must be:
a. 4-hooks/ 4 hook arrangement
b. Stainless Steel Stand
c. 5 leg 22 inch spider base, Base weight 21 pounds
d. Height Adjusts from 66 inches to 100 inches
e. Mounted on conductive rubber, ball bearing, swivel casters with wall guards
f. 1 inch diameter stainless steel pole adjusts 52 inches-94 inches with no-lose thumb knob
5. Adjustable instrument table Mayo Stand must be:
a. Table corrosion resistant stainless-steel construction
b. Mounted on two casters with two skid rails
c. Telescopic upright adjusts from 39 inches to 60 inches with automatic locking device
d. Removable 13 inch x19 inch instrument tray
e. Positive manual locking at desired height
f. Overall Dimensions: 13-3/4 inches Wide X 19 inches Long
g. MR Conditional to 3-Tesla
6. Carriage, pail (kick bucket) CRS without pail, must be:
a. Stainless-steel ring type carriage
b. Mounted on ball bearing casters
c. Circular non-marring bumper
d. Dimensions: Height (mm)180 X Width (mm)410 X Depth (mm)410
7. Utility pail for Carriage (kick bucket), must be:
a. Stainless steel
b. Capacity 12-quart
c. Dimensions: Height (mm)360 X Width (mm)360 X Depth (mm)360
8. CRS, mobile, double basin stand with shelf, must be:
a. Stainless steel corrosion resistant frame
b. Constructed from two continuous inverted U shaped tubes, forming four legs, and mounted on casters
c. Circular rings welded to top receive two removable 8-quart stainless steel basins
d. Dimensions: Height (mm)860 X Width (mm)740 X Depth (mm)410
9. CRS mobile single basin stand with shelf, must be:
a. Constructed of tubular stainless steel
b. Mounted on 2 inch swivel casters
c. Include shelf and an 8-quart stainless steel basin
d. Dimensions: Height (mm)840 X Width (mm)380 X Depth (mm)380
10. Disposable soap dispenser, must be:
a. One-handed dispensing operation
b. Designed to accommodate disposable soap cartridge and valve
c. Wall Mounted
d. Include adhesive tape and hardware
e. Key Locking mechanism to secure refill bags in place
f. Large sight window to check refill level
g. Compatible with GOJO® ADX-12 1250 mL refills
11. Catheter Cabinet must be:
a. Heavy-gauge, welded steel
b. Catheter hook slides that arrange catheters vertically
c. Able to accommodate 8 catheters in sterile packages up to 72"L
d. Two glass pocket locking doors with 18" clearance to open
e. Three large capacity drawers with ball-bearing drawer slides and two shelves
f. Dimensions: 43 inches Wide X 78 inches Height X 19-1/2 inches Depth
g. Three cassettes containing 6 bins
h. 300 bin dividers
i. Leveling feet
12. Paper Towel Dispenser must be:
a. Hands free with sensor
b. 8 or 10 inches Wide
13. Sanitary Napkin Disposal Receptacle must be:
a. Surface mounted with hardware included
b. Stainless steel
c. Flip-up cover secured to the container by a heavy-duty stainless-steel piano-hinge
d. Rivet Type Lid
e. Dimensions: Width 9 inches X Depth 4 ¼ inches X Height 11 inches
14. Toilet Tissue Dispenser must be:
a. Concealed Surface mount
b. Stainless steel
c. Capacity two standard-core toilet tissue rolls through 5 inches in diameter
d. Spindles chrome plated plastic with a heavy-duty internal spring
e. Dimensions: 10 ¾ inches Wide X 4 7/8 inches Depth X 6 ½ inches Height
7. Place of Delivery:
Mann-Grandstaff VA Medical Center
4815 N. Assembly Street
Spokane, Washington 99205
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)
52.211-6
Brand Name or Equal
52.225-2
Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83)
52.233-2
Service of Protest (SEPT 2006)
(a) Any award made as a result of this solicitation will be made on an All or Nothing Basis.
(b) 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.
(c) 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.
(d) 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. The following factors shall be used to evaluate offers:
1. Technical compliance Each quote will be compared to the equipment needed and the salient characteristics.
2. Price.
*Adherence to the technical salient characteristics is more important than 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.
The following contract clauses apply to this acquisition:
11. 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)
52.222-19DEV
Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126).
52.232-40
Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause:
852.203-70
Commercial Advertising
852.232-72
Electronic Submission of Payment Requests.
852.233-70
Protest Content/Alternative Dispute Resolution
852.233-71
Alternate Protest Procedure.
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 12/23/2022. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2. Any offer that provides an item that is not a brand item must provide supporting documentation to show that the product meets or exceeds the salient characteristic. Any offer that does not provide 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: 52.225-2 BUY AMERICAN CERTIFICATE.