Virginia Bids > Bid Detail

X1GZ--554 (S) FCC Medical Cache Storage One Year (VA-24-00019443)

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159168057490638
Posted Date: Nov 28, 2023
Due Date: Nov 26, 2023
Source: https://sam.gov/opp/aaa8430e02...
Follow
X1GZ--554 (S) FCC Medical Cache Storage One Year (VA-24-00019443)
Active
Contract Opportunity
Notice ID
36C25924Q0054
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 28, 2023 08:11 am MST
  • Original Published Date: Oct 31, 2023 04:31 pm MDT
  • Updated Date Offers Due: Nov 26, 2023 09:00 pm MST
  • Original Date Offers Due: Nov 13, 2023 01:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 28, 2023
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 624230 - Emergency and Other Relief Services
  • Place of Performance:
    Denver VA Medical Center 1700 N Wheeling Drive ,
Description View Changes

THIS SOLICITATION IS CANCELLED. THE REQUIREMENT WILL BE REVISED AND RE-SOLICITED.





Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Vendors must be registered in SAM and VetCert before they submit their quote or they will not be considered. The associated North American Industrial Classification System (NAICS) code for this procurement is 624230, with a small business size standard of $41.5 million. The FSC/PSC is X1GZ. Schedule of Services Base Period: December 1, 2023 November 30, 2024 Item # CLIN Medical Cache Services Qty Monthly Price Extended Amount 1 CLIN 0001 Storage of Government Property Medical Cache 12 Â Â 2 CLIN 0002 Training 12 Â Â 3 CLIN 0003 Mobilization of Cache 12 Â Â 4 CLIN 0004 Consumables and Equipment Replenishment 12 Â Â TOTAL FOR BASE YEAR $ - Option Year 1: December 1, 2024 - November 30, 2025 Item # CLIN Medical Cache Services Qty Monthly Price Extended Amount 1 CLIN 1001 Storage of Government Property Medical Cache 12 Â Â 2 CLIN 1002 Training 12 Â Â 3 CLIN 1003 Mobilization of Cache 12 Â Â 4 CLIN 1004 Consumables and Equipment Replenishment 12 Â Â TOTAL FOR OPTION YEAR 1 $ - Option Year 2: December 1, 2025 - November 30, 2026 Item # CLIN Medical Cache Services Qty Monthly Price Extended Amount 1 CLIN 2001 Storage of Government Property Medical Cache 12 Â Â 2 CLIN 2002 Training 12 Â Â 3 CLIN 2003 Mobilization of Cache 12 Â Â 4 CLIN 2004 Consumables and Equipment Replenishment 12 Â Â TOTAL FOR OPTION YEAR 2 $ - Option Year 3: December 1, 2025 - November 30, 2026 Item # CLIN Medical Cache Services Qty Monthly Price Extended Amount 1 CLIN 3001 Storage of Government Property Medical Cache 12 Â Â 2 CLIN 3002 Training 12 Â Â 3 CLIN 3003 Mobilization of Cache 12 Â Â 4 CLIN 3004 Consumables and Equipment Replenishment 12 Â Â TOTAL FOR OPTION YEAR 3 $ - Option Year 4: December 1, 2025 - November 30, 2026 Item # CLIN Medical Cache Services Qty Monthly Price Extended Amount 1 CLIN 4001 Storage of Government Property Medical Cache 12 Â Â 2 CLIN 4002 Training 12 Â Â 3 CLIN 4003 Mobilization of Cache 12 Â Â 4 CLIN 4004 Consumables and Equipment Replenishment 12 Â Â TOTAL FOR OPTION YEAR 4 $ - VA Federal Coordinating Center Patient Reception Team Cache General Information Title of Project: VA FCC Medical Cache Maintenance & Storage/ECHCS Emergency Cache Storage Only Scope of Work: Contractor shall store and maintain all items in the Federal Coordinating Center (FCC) medical cache that is needed for Emergency Response to medical disasters. This includes but not limited to; replacing IV solutions that have expired, replenish items and equipment as necessary from use. All items in the FCC medical caches are owned by the Department of Veterans Affairs, Eastern Colorado Health Care System (ECHCS). The FCC medical cache shall be available at all times for emergency response. Storage only, no maintenance of the ECHCS Emergency Cache. Background: The Department of Veterans Affairs, ECHCS is the host Federal Agency for the National Disaster Medical System. The National Disaster Medical System (NDMS) is managed by the Department of Homeland Security and may be activated in times of federally declared national and international emergencies to coordinate medical care of evacuees from the emergency area to an assigned area. The ECHCS is dedicated as the Federal Coordinating Center (FCC) and coordinates the Federal Disaster Response Emergencies and Exercises for the region with the local Medical Facilities. This a mass casualty emergency or exercise that will simulate the receiving, triage, and transport of more than 150 patients to 11 metro-area hospitals via eight ground ambulances and ten helicopters over the course of six hours. General Requirements: The Contractor shall identify and purchase (upon approval of cache list) FCC medical equipment and supplies to provide the VA Patient Reception Team a separate and independent cache to work from during NDMS Patient Movement evolutions. FCC Cache will be In-Service within 1 months of contract approval. The Contractor shall provide space for storage of VA Patient Reception Team (PRT) FCC Cache that meets the following requirements: Local to the Denver Metropolitan Area Climate Controlled Monitored Security Rapid Access Within a 10-mile radius of Denver International airport The Contractor shall maintain the VA-PRT FCC cache in a ready to respond state. This maintenance will include: Battery rotation and conditioning Inventory management Rotation of expired stock The Contractor shall ensure delivery of FCC cache to a specified location within FEMA Region VIII. In the event of FCC PRT activation, pick-up of cache will happen within 4 hours of notice by VA-PRT. For exercises or training events delivery of the cache will be done in accordance with the objectives of the exercise or training. The Contractor shall participate in a Functional Exercise that will have the following objectives as a minimum: Activation of the VA-PRT Delivery of the VA-PRT FCC Cache to a specified location Assess the VA-PRT s ability to identify, organize, and manage the personnel and resources needed to effectively carry out a patient reception event. Setup of a staging, triage, treatment, transportation, and patient tracking groups. These groups will be comprised of various local resources Engage local responders and hospitals, patients will be transported to local hospitals by air and ground resources as necessary. The Contractor shall provide a secure website for access to the cache inventory The Contractor shall assist with training the VA Patient Reception Team two (2) times a year. This training will include: Accessing the VA-PRT FCC cache Medical equipment overview and familiarization Policy and Procedure questions The Contractor shall have minimum of five years of experience for storage and maintenance of medical cache. The Contractor staff shall have medical training to ensure that the VA Patient Reception Team (VA-PRT) FCC cache is maintained in a ready to respond state at all times. The Contractor shall be responsible for Government Furnished Equipment that is provided for storage and maintenance in the medical cache. Hours of Coverage: Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year s Day Dr. Martin Luther King Jr s Birthday Presidents Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. FCC Emergency Hours of coverage: The Government will have the authority to activate the FCC medical cache in a national emergency within 2 hours of the Governments notification to Contractor to deploy. FCC Government Furnished Property Inventory List TRIFOLD -7 CART ITEM DESCRIPTION QTY U/M TRI-FOLD-7 60-0001 LITTERS 20 EA TRI-FOLD-7 60-0008 IV POLES 20 EA TRI-FOLD-7 DELINEATOR POST DELINEATOR POST 12 EA TRI-FOLD-7 12# BASE BASE FOR POST 12 EA TRI-FOLD-7 LANYARDS LANYARDS 400 EA RUBBERMAID-9 CART ITEM DESCRIPTION QTY U/M RUBBERMAID-9 IS-8303SA SMALL SHARPS 10 EA RUBBERMAID-9 AL-881A SANI-CLOTH WIPES 6 BX RUBBERMAID-9 IS-SHUT SHARPS SHUTTLE 24 EA RUBBERMAID-9 3M 1860 N-95 MASK 4 BX/20 RUBBERMAID-9 MDS195184 GLOVE-SM 4 BX RUBBERMAID-9 MDS195185 GLOVE-MED 4 BX RUBBERMAID-9 MDS195186 GLOVE-LRG 4 BX RUBBERMAID-9 MDS195187 GLOVE-XLRG 4 BX RUBBERMAID-9 OG-888-02 REGULATOR 2 EA RUBBERMAID-9 IS-5488 SHARPS-KRG. 4 EA RUBBERMAID-9 IC-1507 INFECTIOUS CONTROL KIT 16 EA TREATMENT-GREEN CART ITEM DESCRIPTION QTY U/M RUBBERMAID-9 IS-8303SA SMALL SHARPS 10 EA RUBBERMAID-9 AL-881A SANI-CLOTH WIPES 6 BX RUBBERMAID-9 IS-SHUT SHARPS SHUTTLE 24 EA RUBBERMAID-9 3M 1860 N-95 MASK 4 BX/20 RUBBERMAID-9 MDS195184 GLOVE-SM 4 BX RUBBERMAID-9 MDS195185 GLOVE-MED 4 BX RUBBERMAID-9 MDS195186 GLOVE-LRG 4 BX RUBBERMAID-9 MDS195187 GLOVE-XLRG 4 BX RUBBERMAID-9 OG-888-02 REGULATOR 2 EA RUBBERMAID-9 IS-5488 SHARPS-KRG. 4 EA RUBBERMAID-9 IC-1507 INFECTIOUS CONTROL KIT 16 EA TREATMENT-RED-YELLOW CART ITEM DESCRIPTION QTY U/M TREATMENT RED-YELLOW SG-2020S-BLU BLOOD PRESURE KIT 2 EA TREATMENT RED-YELLOW ST-2290 STETHOSCOPE 2 EA TREATMENT RED-YELLOW IN001-BLK UTILITY SCISSORS 1 EA TREATMENT RED-YELLOW PL-1008 PENLIGHT 2 EA TREATMENT RED-YELLOW PO8500A PULSE OX 1 EA TREATMENT RED-YELLOW GU10019 ACCU-CHEK GLUCOMRTER 1 EA TREATMENT RED-YELLOW TH-4000 THERMOSCAN 1 EA TREATMENT RED-YELLOW TH5075 PROBE COVERS 1 BX TREATMENT RED-YELLOW TX-WHEEL PEDI-WHEEL 1 EA TREATMENT RED-YELLOW TX-CRITICAL POCKET GUIDE 1 EA TREATMENT RED-YELLOW BA6715 KERLIX 2 EA TREATMENT RED-YELLOW BJ848 4X4 PADS 20 EA TREATMENT RED-YELLOW DI-444 HEET-PAK 1 EA TREATMENT RED-YELLOW DI-688 COLD-PAK 1 EA TREATMENT RED-YELLOW BE-2 COBAN 2" 1 RL TREATMENT RED-YELLOW BA-415 XEROFORM 2 EA TREATMENT RED-YELLOW OM-20039 SALINE BULLETS 7 EA TREATMENT RED-YELLOW SL-7122 SODIUM CHLORIDE,250ML 2 BT TREATMENT RED-YELLOW TA-7827-1 TRANSPORE 1" 2 RL TREATMENT RED-YELLOW TA-7827-2 TRANSPORE 2" 2 RL TREATMENT RED-YELLOW TA-5104 ZONAS TAPE 1" 2 RL TREATMENT RED-YELLOW TA-5106 ZONAS TAPE 2" 2 RL TREATMENT RED-YELLOW BS7303A EMERGENCY BLANKET 1 EA TREATMENT RED-YELLOW MDS195184 GLOVE-SM 1 BX TREATMENT RED-YELLOW MDS195185 GLOVE-MED 1 BX TREATMENT RED-YELLOW MDS195186 GLOVE-LRG 1 BX TREATMENT RED-YELLOW MDS195187 GLOVE-XLRG 1 BX TREATMENT RED-YELLOW IV4173-15 PRIMARY IV SET 2 EA TREATMENT RED-YELLOW IV-001 INJECT SITE 2 EA TREATMENT RED-YELLOW IV-8042 EXT SET 2 EA TREATMENT RED-YELLOW IT-6150 IV START PAK 6 EA TREATMENT RED-YELLOW IT-18GA 18 GA. NEEDLE 5 EA TREATMENT RED-YELLOW IT21GA 21 GA. NEEDLE 5 EA TREATMENT RED-YELLOW IT23GA 23 GA. NEEDLE 5 EA TREATMENT RED-YELLOW IT3CCLL 3CC SYRINGE 2 EA TREATMENT RED-YELLOW IT5CCLL 5CC SYRINGE 2 EA TREATMENT RED-YELLOW IT10CCLL 10CC SYRINGE 2 EA TREATMENT RED-YELLOW IT-1709 IV CATH 14GA 5 EA TREATMENT RED-YELLOW IT-1707 IV CATH 16GA 5 EA TREATMENT RED YELLOW IT-1705 IV CATH 18GA 5 EA TREATMENT RED-YELLOW IT-1703 IV CATH 20GA 5 EA TREATMENT RED-YELLOW IT-1701 IV CATH 22GA 5 EA TREATMENT RED-YELLOW IS-5488 SHARPS COLECTOR 3.3 QT 1 EA CHAIRS FROM ROGER REWERTS AT DENVER VA VA DENVER Â 18 TABLES FROM ROGER REWERTS AT DENVER VA VA DENVER Â 6 WHEELCHAIRS FROM ROGER REWERTS AT DENVER VA VA DENVER Â 20 IV POLES FOR WHEELCHAIRS FROM ROGER DENVER VA VA DENVER Â 10 CART ITEM DESCRIPTION QTY U/M OFFICE SUPPLIES 181594 PENS-BLACK 4 DZ OFFICE SUPPLIES 729036 PENS-RED 4 DZ OFFICE SUPPLIES 181578 PENS-BLUE 4 DZ OFFICE SUPPLIES 203349 SHARPIE-BLACK 4 DZ OFFICE SUPPLIES 128844 HIGHLIGHTER YELLOW 2 DZ OFFICE SUPPLIES 107580 PENCIL 48 EA OFFICE SUPPLIES 588290 PENCIL SHARPENER 2 EA OFFICE SUPPLIES 275714 STAPLER 3 EA OFFICE SUPPLIES 221051 STAPLES 1 PK OFFICE SUPPLIES 255722 3-HOLE PUNCH 1 EA OFFICE SUPPLIES 375667 SCISSORS 4 EA OFFICE SUPPLIES 221784 PAPER CLIPS 1 PK OFFICE SUPPLIES 615303 BINDER SLIPS 4 PK OFFICE SUPPLIES 173336 TAPE DISPENSER 4 EA OFFICE SUPPLIES 575341 INVISIBLE TAPE 1 PK OFFICE SUPPLIES 965232 WHITE OUT TAPE 10 EA OFFICE SUPPLIES 432479 POST-IT PADS 12 EA OFFICE SUPPLIES 553800 DRY ERASE SET 1 EA OFFICE SUPPLIES 305466 WRITING PAD 12 EA OFFICE SUPPLIES 810838 MANILA FILE FOLDER 50 EA OFFICE SUPPLIES 526076 CLIPBOARD W/STOR 10 EA OFFICE SUPPLIES 348037 COPY PAPER 4 RM OFFICE SUPPLIES 848808 13 GL. TRASH BAGS 100 EA OFFICE SUPPLIES 348037 COPY PAPER 6 RM CART ITEM DESCRIPTION QTY U/M CRASH 1,2 IS-5488 SHARPS COLECTOR 3.3 QT 1 EA CRASH 1,2 OK-2100 SUCTION UNIT 1 EA CRASH 1,2 LP1212 LIFE-PAK UNIT 1 EA CRASH 1,2 TH-5075 PROBE COVERS 1 BX CRASH 1,2 IN-001-BLK UTILITY SCISSORS 1 EA CRASH 1,2 IN-920 RING CUTTER 1 EA CRASH 1,2 PL-1008 PEN LIGHT 2 EA CRASH 1,2 ST-2290 STETHOSCOPE 1 EA CRASH 1,2 SG2020S-BLU BLOOD PRESURE KIT 1 EA CRASH 1,2 GU-40019 ACCU-CHEK GLUCOMRTER 1 EA CRASH 1,2 TX-CRITICAL POCKET GUIDE 1 EA CRASH 1,2 TX-WHEEL PEDI-WHEEL 1 EA CRASH 1,2 TH-4000 THERMOSCAN 1 EA CRASH 1,2 11996-000081 FILTERLINE SET 2 EA CRASH 1,2 0488-1952 ADULT CO2 SAMPLE SET 2 EA CRASH 1,2 MDS195184 GLOVE-SM 1 BX CRASH 1,2 MDS195185 GLOVE-MED 1 BX CRASH 1,2 MDS195186 GLOVE-LRG 1 BX CRASH 1,2 MDS195187 GLOVE-XLRG 1 BX CRASH 1,2 IT-6150 IV START PAK 6 EA CRASH 1,2 IV-001 INJECT SITE 2 EA CRASH 1,2 IV-8042 EXT SET 2 EA CRASH 1,2 IV-4173-15 PRIMARY IV SET 2 EA CRASH 1,2 IT-1709 IV CATH 14GA 5 EA CRASH 1,2 IT-1707 IV CATH 16GA 5 EA CRASH 1,2 IT-1705 IV CATH 18GA 5 EA CRASH 1,2 IT-1703 IV CATH 20GA 5 EA CRASH 1,2 IT-1701 IV CATH 22GA 5 EA CRASH 1,2 IT3CCLL 3CC SYRINGE 4 EA CRASH 1,2 IT5CCLL 5CC SYRINGE 4 EA CRASH 1,2 IT10CCLL 10CC SYRINGE 4 EA CRASH 1,2 IT18GA 18 GA. NEEDLE 5 EA CRASH 1,2 IT21GA 21 GA. NEEDLE 5 EA CRASH 1,2 IT23GA 23 GA. NEEDLE 5 EA CRASH 1,2 IC-90 PROCEDURE MASK 1 BX CRASH 1,2 IN-374 MAGIL FORCEP CHILD 1 EA CRASH 1,2 IN-675 MAGIL FORCEP ADULT 1 EA CRASH 1,2 AB-300K NASOPHARYNGEAL AIRWAY KIT 1 EA CRASH 1,2 AA-25 GUEDEL AIRWAY KIT 1 EA CRASH 1,2 OM-7100 BAG MASK ADULT 1 EA CRASH 1,2 OM-7200 BAG MASK PEDI 1 EA CRASH 1,2 OM-7300 BAG MASK INFANT 1 EA CRASH 1,2 OH-5013 SUCTION HANDLE W/TUBING 1 EA CRASH 1,2 AC-125 ET TUBE HOLDER 2 EA CRASH 1,2 OK-0101 MENCONIUM ASPIRATOR 1 EA CRASH 1,2 LY1F LARYNGO HANDLE MED. 1 EA CRASH 1,2 LY2F LARYNGO HANDLE SM. 1 EA CRASH 1,2 LY71F BLADE MAC 1 1 EA CRASH 1,2 LY72F BLADE MAC 2 1 EA CRASH 1,2 LY73F BLADE MAC 3 1 EA CRASH 1,2 LY74F BLADE MAC 4 1 EA CRASH 1,2 LY80F BLADE MILLER 0 1 EA CRASH 1,2 LY81F BLADE MILLER 1 1 EA CRASH 1,2 LY82F BLADE MILLER 2 1 EA CRASH 1,2 LY83F BLADE MILLER 3 1 EA CRASH 1,2 LY84F BLADE MILLER 4 1 EA CRASH 1,2 1920 CANNULA 1 EA CRASH 1,2 OM-2438 NEBULIZER 1 EA CRASH 1,2 OM-1058 PEDI-O2 MASK 1 EA CRASH 1,2 BA-5 TRIANGULAR BANDAGE 2 EA CRASH 1,2 BE-2 COBAN 2" 1 EA CRASH 1,2 SL-7122 SODIUM CHLORIDE,250ML 2 EA CRASH 1,2 BJ-848 4X4 PADS 1 BX CRASH 1,2 BA-6715 KERLIX 5 EA CRASH 1,2 NON246074P LIMB HOLDER 6 EA CRASH 1,2 BA-7020 BANDAGES 1 BX CRASH 1,2 BS-7303A EMERGENCY BLANKET 1 EA CRASH 1,2 MD-63 GLUCOSE 1 EA CRASH 1,2 DI-444 HEAT-PAK 2 EA CRASH 1,2 DI-688 COLD-PAK 3 EA CRASH 1,2 TA-5104 ZONAS TAPE 1" 2 RL CRASH 1,2 TA-5106 ZONAS TAPE 2" 2 RL CRASH 1,2 TA-7827-1 TRANSPORE 1" 2 RL CRASH 1,2 TA-7827-2 TRANSPORE 2" 2 RL CRASH 1,2 BA-415 XEROFORM 2 EA CRASH 1,2 OS-01JT OXYGEN CYLINDER 1 EA CRASH 1,2 OG-888-02 O2 REGULATOR 1 EA CRASH 1,2 3M 1860 N-95 MASK 1 BX CRASH 1,2 IS-5488 SHARPS COLECTOR 3.3 QT 1 EA CRASH 1,2 EL-533 ELECTRODE,MEDITRACE 1 BX CRASH 1,2 IC-1507 INFECT CONTROL KIT 2 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-8 OM-2438 NEBULIZER 37 EA RUBBERMAID-8 HUDS 1920 NASAL CANNULA 96 EA RUBBERMAID-8 OM-1058 PEDI-MASK W/RESV 78 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-7 IV-4173-15 PRIMARY IV SET 57 EA RUBBERMAID-7 AL-1 ALCOHOL PREPS 2 BX RUBBERMAID-7 CX-900P STIF-NECK-PEDI 2 EA RUBBERMAID-7 0814-9357 STIF-NECK-ADULT 4 EA RUBBERMAID-7 TA-2104 ZONAS TAPE 1" 12 RL RUBBERMAID-7 TA-7827-1 TRANSPORE 1" 12 RL RUBBERMAID-7 ID-1060 PULL-LOCK 1 PK/250 RUBBERMAID-7 EL1310-P MEDITRACE 1310 6 PK RUBBERMAID-7 16293 LIFE-PAK PAPER 5 RL RUBBERMAID-7 EL-533 MEDITRACE 533 1 BX RUBBERMAID-7 OM-20039 ADDI-PAK 1 BX RUBBERMAID-7 0488-1952 CO2 CUNNULA 6 EA RUBBERMAID-7 SL-7122 SODIUM CHLORIDE,250ML 8 BT RUBBERMAID-7 IVV-16D THORACENTESIS KIT 2 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-6 IT-6150 IV START PAK 7 BX/25 RUBBERMAID-6 IT-100 ATOMIZATION DEVICE 1 EA RUBBERMAID-6 IV-001 INJECTION SITE 42 EA RUBBERMAID-6 IT18GA 18 GA. NEEDLE 80 EA RUBBERMAID-6 IT21GA 21 GA. NEEDLE 80 EA RUBBERMAID-6 IT23GA 23 GA. NEEDLE 80 EA RUBBERMAID-6 IT3CCLL 3CC SYRINGE 92 EA RUBBERMAID-6 IT5CCLL 5CC SYRINGE 92 EA RUBBERMAID-6 IT10CCLL 10CC SYRINGE 92 EA RUBBERMAID-6 IT-1709 IV CATH 14GA 30 EA RUBBERMAID-6 IT-1707 IV CATH 16GA 30 EA RUBBERMAID-6 IT-1705 IV CATH 18GA 30 EA RUBBERMAID-6 IT-1703 IV CATH 20GA 30 EA RUBBERMAID-6 IT-1701 IV CATH 22GA 30 EA RUBBERMAID-6 IV-8042 EXT SET 32 EA CART ITEM DESCRIPTION QTY RUBBERMAID-5 AB300K NASO AIRWAY KIT 8 RUBBERMAID-5 AA25 GUEDEL AIRWAY KIT 8 RUBBERMAID-5 OM-7300 INFANT RESUSCITATOR 2 RUBBERMAID-5 OM-7200 PEDI RESUSCITATOR 4 RUBBERMAID-5 OM-7100 ADULT RESUSCITATOR 9 RUBBERMAID-5 AC-125 ET TUBE HOLDER 6 RUBBERMAID-5 AE-525 FLEXISET,UNCUFFED 2.5 MM 6 RUBBERMAID-5 AE-530 FLEXISET,UNCUFFED 3.0 MM 6 RUBBERMAID-5 AE-535 FLEXISET,UNCUFFED 3.5 MM 6 RUBBERMAID-5 AE-540 FLEXISET,UNCUFFED 4.0 MM 6 RUBBERMAID-5 AE-545 FLEXISET,UNCUFFED 4.5 MM 6 RUBBERMAID-5 AE-550 FLEXISET,UNCUFFED 5.0 MM 6 RUBBERMAID-5 AE-755 FLEXISET-CUFFED 5.5 MM 6 RUBBERMAID-5 AE-760 FLEXISET-CUFFED 6.0 MM 6 RUBBERMAID-5 AE-765 FLEXISET-CUFFED 6.5 MM 6 RUBBERMAID-5 AE-770 FLEXISET-CUFFED 7.0 MM 6 RUBBERMAID-5 AE-775 FLEXISET-CUFFED 7.5 MM 6 RUBBERMAID-5 AE-780 FLEXISET-CUFFED 8.0 MM 6 RUBBERMAID-5 AE-785 FLEXISET-CUFFED 8.5 MM 6 RUBBERMAID-5 AE-790 FLEXISET-CUFFED 9.0 MM 6 RUBBERMAID-5 OH-5013 YANKAUER SUCT. SET 2 RUBBERMAID-5 33593 POISE PADS, LRG 1 RUBBERMAID-5 31738 TRAINING PANTS, 3T-4T 1 RUBBERMAID-5 26242 PAMPERS 1, 8-14 LBS 1 RUBBERMAID-5 26247 PAMPERS 3, 16-28 LBS 1 RUBBERMAID-5 26251 PAMPERS 5, 27+ LBS 1 CART ITEM DESCRIPTION QTY U/M RUBBERMAID 4 PA-60 BED PAN 20 EA RUBBERMAID 4 PA-59 URINAL 20 EA RUBBERMAID 4 PA-57 EMESIS BASIN 50 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-3 BA6715 KERLIX 34 EA RUBBERMAID-3 DI-444 HEET-PAK 13 EA RUBBERMAID-3 DI-688 COLD-PAK 21 EA RUBBERMAID-3 BJ848 4X4 PADS 8 BX RUBBERMAID-3 BS7303A EMERGENCY BLANKET 15 EA RUBBERMAID-3 BE-2 COBAN 2" 4 RL RUBBERMAID-3 IN001-BLK UTILITY SCISSORS 1 EA RUBBERMAID-3 BA-5 TRIANGULAR BNDG. 12 EA RUBBERMAID-3 BA-415 XEROFORM 2 EA RUBBERMAID-3 IS-SHUT SHARPS SHUTTLE 16 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-2 LP1212BIPSBCA LIFE-PAK 12 2 EA RUBBERMAID-2 OK-2100 SUCTION UNIT 2 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-1 59826 POWER STRIP 4 EA RUBBERMAID-1 293556 GORILLA TAPE 4 RL RUBBERMAID-1 1EC16 TAPE HOLDER 3 EA RUBBERMAID-1 59226 POWER CORD-15FT. 4 EA RUBBERMAID-1 67864 POWER CORD-25FT. 4 EA RUBBERMAID-1 67439 POWER CORD-50FT. 2 EA RUBBERMAID-1 82455 POWER CORD-100FT. 3 EA RUBBERMAID-1 9BN-125501 MEGA-PHONE 1 EA CART ITEM DESCRIPTION QTY U/M TRIFOLD-8 SH11C FOLDING COT 30 EA TRIFOLD-8 EARPLUGS EARPLUGS 400 EA TRIFOLD-8 REFLECTIVE BELTS NEON GREEN BELTS 50 EA TRIFOLD-8 WRISTBANDS BLUE,GREEN,YELLOW,ORANGE 500 EA TRIFOLD-8 NON24777A SAFETY GLASSES,LRG 60 EA TRIFOLD-8 DMS-05834 VEST,BLUE 8 EA TRIFOLD-8 DMS-05835 VEST,GREEN 13 EA TRIFOLD-8 DMS-05838 VEST,BLACK 11 EA TRIFOLD-8 DMS-05831 VEST,RED 6 EA TRIFOLD-8 DMS-05832 VEST,WHITE 8 EA TRIFOLD-8 DMS-05833 VEST,YELLOW 8 EA TRIFOLD-8 DMS-05836 VEST,ORANGE 10 EA TRIFOLD-8 Â NDMS FCC VEST 14 EA TRIFOLD-8 5023-72 BLUE SUEDE LEATHER GLOVES,LRG 42 PR CART ITEM DESCRIPTION QTY U/M TRIFOLD-10 TRIAGE AREA STAND TRIAGE AREA TAPE STAND 75 EA TRIFOLD-10 119287 1ST. PRIORITY TAPE RED 1 RL TRIFOLD-10 119288 2ND. PRIORITY TAPE YELLOW 1 RL TRIFOLD-10 119289 3RD. PRIORITY TAPE GREEN 1 RL TRIFOLD-10 BT-2M-3-500-PIN PINK BARRACADE TAPE 2 RL TRIFOLD-10 1N956 DO NOT ENTER TAPE 3 RL TRIFOLD-10 SAND BAG SAND BAG 65 EA TRIFOLD-10 PINK TRIAGE FLAG PINK TRIAGE FLAG 1 EA TRIFOLD-10 YELLOW TRIAGE FLAG YELLOW TRIAGE FLAG 1 EA TRIFOLD-10 RED TRIAGE LFAG RED TRIAGE LFAG 1 EA TRIFOLD-10 GREEN TRIAGE FLAG GREEN TRIAGE FLAG 1 EA TRIFOLD-10 100FT MEASURING TAPE 100FT MEASURING TAPE 1 EA CART ITEM DESCRIPTION QTY U/M STORM 4 AAH73WCF9NA5AN DTR650,1WATT,10CH,900MHZ,TWO WAY RADIO 10 EA STORM 4 BDN6773A HEADSET,SNGL SPKR FOR TWO WAY RADIOS 10 EA STORM 4 RPM4035A BATTERY CHARGER FOR TWO WAY RADIOS 10 EA STORM 4 SNN5708B BATTERY 3.6 LITHIUM 10 EA CART ITEM DESCRIPTION QTY U/M STORM-3 Â LIFE-PAK 1212 CHARGER 1 EA STORM-3 Â PRINTER 1 EA STORM-3 Â POWER CORD FOR CHARGER 1 EA STORM-3 Â POWER CORD FOR PRINTER 1 EA STORM-3 Â DATA CORD FOR PRINTER 1 EA CART ITEM DESCRIPTION QTY U/M STORM-2 224-8070 LAP TOP COMPUTER 3 EA STORM-2 3800G14 HANDHELD BARCODE SCANNER 1 EA STORM-2 A2866576 ROUTER 1 EA STORM-2 330-9456 MICE FOR LAP -TOP 3 EA STORM-2 Â POWER CORD FOR LAP-TOP 3 EA CART ITEM DESCRIPTION QTY U/M STORM-1 Â MOTOROLA BARCODE SCANNER 10 EA STORM-1 Â BATTERY CHARGER 3 EA STORM-1 Â DOCKING STATION FOR SCANNERS 1 EA STORM-1 Â BATTERIES FOR SCANNERS 22 EA CART ITEM DESCRIPTION QTY U/M TRIAGE ROLLING TX-5420 TRIAGE TAGS 10 PK TRIAGE ROLLING MDS195184 GLOVE-SM 1 BX TRIAGE ROLLING MDS195185 GLOVE-MED 1 BX TRIAGE ROLLING MDS195186 GLOVE-LRG 1 BX TRIAGE ROLLING MDS195187 GLOVE-XLRG 1 BX TRIAGE ROLLING PO8500A PULSE OX 2 EA TRIAGE ROLLING IN001-BLK UTILITY SCISSORS 2 EA TRIAGE ROLLING PL-1008 PENLIGHT 2 EA TRIAGE ROLLING ST-2290 STETHOSCOPE 1 EA TRIAGE ROLLING TA-7827-1 TRANSPORE 1" 2 RL TRIAGE ROLLING TA-7827-2 TRANSPORE 2" 2 RL TRIAGE ROLLING TA-5104 ZONAS TAPE 1" 2 RL TRIAGE ROLLING TA-5106 ZONAS TAPE 2" 2 RL TRIAGE ROLLING TX-WHEEL PEDI-WHEEL 1 EA TRIAGE ROLLING TX-CRITICAL POCKET GUIDE 1 EA TRIAGE ROLLING SG-2020S-BLU BLOOD PRESURE KIT 1 EA TRIAGE ROLLING HP-202 EAR PLUGS 2 BX TRIAGE ROLLING 0S-01JT OXYGEN CYLINDER 3 EA TRIAGE ROLLING 0S-01JT OXYGEN CYLINDER 3 EA CART ITEM DESCRIPTION QTY U/M TRI-FOLD-4 961760 FOLDING CHAIRS 20 EA TRI-FOLD-4 624759 EASEL 1 EA TRI-FOLD-4 Â EASEL STAND 1 EA TRI-FOLD-4 287073 SHREDDER 1 EA TRI-FOLD-4 313098 TRASH CAN 41 QT. 2 EA TRI-FOLD-4 221507 TRASH CAN 7 GL. 10 EA TRI-FOLD-4 NON123143 RED LINERS 31 X 43 1 CS/200 TRI-FOLD-4 PA-59 URINAL 10 EA TRI-FOLD-4 PA-60 BED PAN 11 EA TRI-FOLD-4 Â CLIPBOARDS 20 EA CART ITEM DESCRIPTION QTY U/M STRETCHER PSC-HE WHEELED STRETCHER CART W/20 WHEELS 10 EA CART ITEM DESCRIPTION QTY U/M TRI-FOLD-5 60-0014 STRETCHER STAND 10 EA TRI-FOLD-5 60-0027 BACK REST 5 EA TRI-FOLD-5 MASS-CASUALTY O2 KIT MASS-CASUALTY O2 KIT 1 EA TRI-FOLD-5 KIT-2222 PERSONAL PROTECTION KIT LRG 1 EA CART ITEM DESCRIPTION QTY U/M TRI-FOLD-6 60-0014 STRETCHER STAND 10 EA TRI-FOLD-6 60-0027 BACK REST 5 EA TRI-FOLD-6 MASS-CASUALTY O2 KIT MASS-CASUALTY O2 KIT 1 EA TRI-FOLD-6 KIT-2222 PERSONAL PROTECTION KIT LRG 1 EA CART ITEM DESCRIPTION QTY U/M TRI-FOLD-7 60-0001 LITTERS 20 EA TRI-FOLD-7 60-0008 IV POLES 20 EA TRI-FOLD-7 DELINEATOR POST DELINEATOR POST 12 EA TRI-FOLD-7 12# BASE BASE FOR POST 12 EA TRI-FOLD-7 LANYARDS LANYARDS 400 EA CART ITEM DESCRIPTION QTY U/M RUBBERMAID-9 IS-8303SA SMALL SHARPS 10 EA RUBBERMAID-9 AL-881A SANI-CLOTH WIPES 6 BX RUBBERMAID-9 IS-SHUT SHARPS SHUTTLE 24 EA RUBBERMAID-9 3M 1860 N-95 MASK 4 BX/20 RUBBERMAID-9 MDS195184 GLOVE-SM 4 BX RUBBERMAID-9 MDS195185 GLOVE-MED 4 BX RUBBERMAID-9 MDS195186 GLOVE-LRG 4 BX RUBBERMAID-9 MDS195187 GLOVE-XLRG 4 BX RUBBERMAID-9 OG-888-02 REGULATOR 2 EA RUBBERMAID-9 IS-5488 SHARPS-KRG. 4 EA RUBBERMAID-9 IC-1507 INFECTIOUS CONTROL KIT 16 EA CART ITEM DESCRIPTION QTY U/M TREATMENT- GREEN SG-2020S-BLU BLOOD PRESURE KIT 2 EA TREATMENT- GREEN ST-2290 STETHOSCOPE 2 EA TREATMENT- GREEN PO8500A PULSE OX 1 EA TREATMENT- GREEN IN001-BLK UTILITY SCISSORS 1 EA TREATMENT- GREEN PL-1008 PENLIGHT 2 EA TREATMENT- GREEN TX-WHEEL PEDI-WHEEL 1 EA TREATMENT- GREEN TX-CRITICAL POCKET GUIDE 1 EA TREATMENT- GREEN BA6715 KERLIX 2 EA TREATMENT- GREEN BJ848 4X4 PADS 20 EA TREATMENT- GREEN DI-444 HEET-PAK 1 EA TREATMENT- GREEN DI-688 COLD-PAK 1 EA TREATMENT- GREEN OM-20039 SALINE BULLETS 5 EA TREATMENT- GREEN SL-7122 SODIUM CHLORIDE,250ML 2 BT TREATMENT- GREEN TA-7827-1 TRANSPORE 1" 2 RL TREATMENT- GREEN TA-7827-2 TRANSPORE 2" 2 RL TREATMENT- GREEN TA-5104 ZONAS TAPE 1" 2 RL TREATMENT- GREEN TA-5106 ZONAS TAPE 2" 2 RL TREATMENT- GREEN BS7303A EMERGENCY BLANKET 1 EA TREATMENT- GREEN MDS195184 GLOVE-SM 1 BX TREATMENT- GREEN MDS195185 GLOVE-MED 1 BX TREATMENT- GREEN MDS195186 GLOVE-LRG 1 BX TREATMENT- GREEN MDS195187 GLOVE-XLRG 1 BX TREATMENT- GREEN SL-7122 SODIUM CHLORIDE,250ML 2 BT TREATMENT- GREEN IS-5488 SHARPS COLECTOR 3.3 QT 1 EA CART ITEM DESCRIPTION QTY U/M TREATMENT RED-YELLOW SG-2020S-BLU BLOOD PRESURE KIT 2 EA TREATMENT RED-YELLOW ST-2290 STETHOSCOPE 2 EA TREATMENT RED-YELLOW IN001-BLK UTILITY SCISSORS 1 EA TREATMENT RED-YELLOW PL-1008 PENLIGHT 2 EA TREATMENT RED-YELLOW PO8500A PULSE OX 1 EA TREATMENT RED-YELLOW GU10019 ACCU-CHEK GLUCOMRTER 1 EA TREATMENT RED-YELLOW TH-4000 THERMOSCAN 1 EA TREATMENT RED-YELLOW TH5075 PROBE COVERS 1 BX TREATMENT RED-YELLOW TX-WHEEL PEDI-WHEEL 1 EA TREATMENT RED-YELLOW TX-CRITICAL POCKET GUIDE 1 EA TREATMENT RED-YELLOW BA6715 KERLIX 2 EA TREATMENT RED-YELLOW BJ848 4X4 PADS 20 EA TREATMENT RED-YELLOW DI-444 HEET-PAK 1 EA TREATMENT RED-YELLOW DI-688 COLD-PAK 1 EA TREATMENT RED-YELLOW BE-2 COBAN 2" 1 RL TREATMENT RED-YELLOW BA-415 XEROFORM 2 EA TREATMENT RED-YELLOW OM-20039 SALINE BULLETS 7 EA TREATMENT RED-YELLOW SL-7122 SODIUM CHLORIDE,250ML 2 BT TREATMENT RED-YELLOW TA-7827-1 TRANSPORE 1" 2 RL TREATMENT RED-YELLOW TA-7827-2 TRANSPORE 2" 2 RL TREATMENT RED-YELLOW TA-5104 ZONAS TAPE 1" 2 RL TREATMENT RED-YELLOW TA-5106 ZONAS TAPE 2" 2 RL TREATMENT RED-YELLOW BS7303A EMERGENCY BLANKET 1 EA TREATMENT RED-YELLOW MDS195184 GLOVE-SM 1 BX TREATMENT RED-YELLOW MDS195185 GLOVE-MED 1 BX TREATMENT RED-YELLOW MDS195186 GLOVE-LRG 1 BX TREATMENT RED-YELLOW MDS195187 GLOVE-XLRG 1 BX TREATMENT RED-YELLOW IV4173-15 PRIMARY IV SET 2 EA TREATMENT RED-YELLOW IV-001 INJECT SITE 2 EA TREATMENT RED-YELLOW IV-8042 EXT SET 2 EA TREATMENT RED-YELLOW IT-6150 IV START PAK 6 EA TREATMENT RED-YELLOW IT-18GA 18 GA. NEEDLE 5 EA TREATMENT RED-YELLOW IT21GA 21 GA. NEEDLE 5 EA TREATMENT RED-YELLOW IT23GA 23 GA. NEEDLE 5 EA TREATMENT RED-YELLOW IT3CCLL 3CC SYRINGE 2 EA TREATMENT RED-YELLOW IT5CCLL 5CC SYRINGE 2 EA TREATMENT RED-YELLOW IT10CCLL 10CC SYRINGE 2 EA TREATMENT RED-YELLOW IT-1709 IV CATH 14GA 5 EA TREATMENT RED-YELLOW IT-1707 IV CATH 16GA 5 EA TREATMENT RED-YELLOW IT-1705 IV CATH 18GA 5 EA TREATMENT RED-YELLOW IT-1703 IV CATH 20GA 5 EA TREATMENT RED-YELLOW IT-1701 IV CATH 22GA 5 EA TREATMENT RED-YELLOW IS-5488 SHARPS COLECTOR 3.3 QT 1 EA ECHCS Government Furnished Property Inventory List (Storage Only) Item Description Quantity Invacare/Hill Rom Hospital Beds/Stretchers 30 Blue Isolation Tents 10 bed negative isolation tent w/HVAC unit 3 Hand Wash Station Portable hand wash station/W hand sanitizer 6 Canopy tents 10x10 pop up canopy tents 14 Lighting units Milwaukee cordless lighting units 6 Medical Surge Kits Vericore Portable Medical Surge units 13 Shelter in Place Kits Propac 25 Bed Shelter in Place kit 2ft x 4 ft 10 Medical Surge Beds Vericore Put together beds for Med surge 50 Emergency transport trailer Red tow trailer for transport of Cache to hospital 1 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: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [DEC 2022] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services [SEPT 2023] The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-9 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-28 Post Award Small Business Program Representation (SEPT 2023) 52.222-3, Convict Labor (Jun 2003) (E.O.11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126) 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) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.224-3 Privacy Training (JAN 2017) 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years. (End of Clause) FAR 52.222-14 Disputes Concerning Labor Standards (FEB 1988) CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020); VAAR 852.215-71, Evaluation Factor Commitments (OCT 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (NOV 2021), applies to this acquisition. (a) 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: Factor 1: Past Performance Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their email address. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), PPIRs (Past Performance Information Retrieval System), as well as Past Performance Questionnaires may be utilized. Factor 2: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness. Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) All quoters shall submit the following: Completed Pricing Schedule and one of the below statements must be included in the offer: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 1pm MTN on Monday, November 13, 2023. Responses shall be sent to the Point of Contact listed. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be received via email to the Points of Contact below no later than 1:00 pm Mountain Time on Monday, November 13, 2023. OFFERS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Jennifer Balsiger; Jennifer.Balsiger@va.gov


Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >