DESCRIPTION: This is a combined synopsis solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Proposals are being requested for Request for Quote (RFQ), VA250-17-Q-0197 for the following:
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
0001
(Equal to or better)
Wieland 53W981WP
SLEEP RECLINER-
Recliner requirements
Transfer arm, both sides
Trendelenburg mechanism bilateral access
Bleach cleanable vinyl. PVC free urethanes will not be accepted as an option for upholstery coverings even if approved for bleach cleanabilty.
Side tables, flip down
Field replaceable parts including heating mechanism, seating covers, ect.
Push bar handle
Locking casters
Bilateral easy recline handles with infinite backrest.
Must be rated at 500 lbs weight capacity
Full recline depth to be no less than 72 and no more than 76
Seat height to be 18 to max 19 from the floor.
Seat width to be 23.5 to 26 wide
Seat depth to be 20-22 deep
Warranty on chair to include 25 year full warranty, all replaceable parts.
Chair must be easy to order replacement parts for.
Chair must be easy to clean by the nursing staff. Chair should come apart with easy intuitive levers, should not be overly complicated with intricate seams, pull chair apart, flip recliner over completely to clean should not be a designed way to clean the chair.
Recliner when in use should not have loose parts
16.00
EA
0002
INSTALLATION FEE THROUGH JTC INSTALLATION
Vendor is to ship all furniture to JTC Contracting. Located at 7635 Hub Parkway, Valley View, OH 44125
JTC Point Of Contact:
Courtney Cox P: 216-635-0745
Vendor is to notify JTC when furniture will be arriving so installation date can be given.
1.00
JB
Other Requirements:
Furniture storage is to be provided in a lighted, secure, climate controlled facility that is free of insects, rodents, and water issues. Contractor will be responsible for loss or damage of furniture while in transport or in storage.
Temperatures are to be maintained between 55-85 degrees Fahrenheit.
Furniture is to be stored in a protected and secured facility until delivered to the VA MICU unit, 2nd floor , Wade Park location.
The appropriate NAICS Code is 337214 is a small business standard of 1,000 employees.
Please note: This combined synopsis/solicitation is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB). Vendors who do not fall under this category need not respond.
Solicitation VA250-17-Q-0197 is issued by Network Contracting Office 10, VA Medical Center, 6150 Oak Tree Blvd suite 300, Independence, OH 44131
The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. This is an SDVOSB set-aside solicitation.
Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract.
Note: If claiming SDVOSB, vendor must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification.
Quotes must be received no later than 1:30 pm, EST on January 17, 2017. Offers may be submitted via email to Danielle Bowman,
[email protected]. No questions will be accepted past January 17, 2017 at 11:30am EST. When submitting offers, please note the solicitation number VA250-17-Q-0197 in subject line of the email. Please note that the offeror assumes all risk for any delay in the transmission of their proposals. Any offers received after the deadline noted above will not be considered. All offerors are encouraged to review FAR 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/?q=browse/far/52/2&searchTerms=far clauses
The following provisions and clauses apply to this acquisition.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:
FAR clause 52.212-1, Instructions to Offerors -Commercial Items applies to this acquisition.
In accordance with FAR clause 52.212-2 Evaluation Commercial Items based on the technical capabilities of the items offered to meet the Government requirement; along with the price and past performance which would lead to the best value for the government.
The Government will 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:
Evaluation: Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule, and the capability to provide the requested items as described.
All offerors should complete and include a copy of the provision located at FAR 52.212-3, titled -Offeror Representations and Certifications-Commercial Items.
FAR clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition.
FAR clause located at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition as well as the clause s
52.232-33 Payment by Electronic Funds Transfer System for Award Management
52.219-13 Notice of Set-Aside of Orders
52.211-5 Material Requirements.
52.211-6 Brand Name or Equal.
52.247-34 F.o.b. Destination.
52.247-48 F.o.b. Destination Evidence of Shipment.
The following VAAR Clauses apply
852.203-70 Commercial Advertising
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee
852.246-71 Inspection
852.211-73 Brand name or equal.
852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside
Bid Protests Not Available