Virginia Bids > Bid Detail

6515--Likorall Overhead Lift Motors and Parts Brand Name or Equal to

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
  • 49 - Maintenance and Repair Shop Equipment
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159749853927850
Posted Date: Mar 15, 2024
Due Date: Mar 21, 2024
Source: https://sam.gov/opp/5e2ed55e98...
6515--Likorall Overhead Lift Motors and Parts Brand Name or Equal to
Active
Contract Opportunity
Notice ID
36C26024Q0401
Related Notice
Department/Ind. Agency
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 15, 2024 10:19 am PDT
  • Original Date Offers Due: Mar 21, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Roseburg VA HealthCare System Roseburg , 97470
Description
Combined Synopsis/Solicitation Notice

Page 10 of 10

This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, 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 is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26024Q0401. The Government anticipates awarding a firm-fixed price supply order from this solicitation.
The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition.
This is a solicitation for Likorall Overhead Lift Motors and Parts. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 Effective February 23, 2024.
This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees and the PSC is 6515.
All interested companies shall provide quotations that are Brand Name or Equal To for the following:
Equipment Needed:
QUANTITY
DESCRIPTION
PART NUMBER
PRICE
7
Likorall Overhead Lift, 550 lbs Max Lifting Capacity
Includes: Likorall 250 Lift Motor, Universal Slingbar 450 with QR, and Likorall Motor Carriage
Likorall 250 ES, nature Max 250 kg (550 lbs) w/ quick release and emergency stop cord
Carriage without brake for Likorall R2R
Hand Control LR S, ES, 2 buttons
Battery Charger LR/MR, US/CA 24 V/O.6 A
Universal Slingbar 450 with Quick release hook
Parking Panel 600, LR/MR
Hook for Slingbar
Bracket for Charger
Quick Reference Guide Likorall 242/243/250, English/Spanish
Weight Limit Decal

3122501

3126014
3126034
3126103
3156085

3126075
3126070
3126100
3122100ENES

31590013

7
Period Inspection of the Liko rail systems and installation of the Liko Motor
TOTAL


Salient Characteristics: Electroretinogram

must be compatible with Liko patient rail system
must be compatible with CLC River House 81 to lift patients from bed to wheelchairs and back
must have 550 lbs. weight capacity
must include warranty

Delivery FOB Destination is preferred, 30-60 days after receipt of order. All deliveries will be coordinated with the Roseburg VA Healthcare System Point of Contact.

Place of Delivery:
Department of Veterans Affairs
Roseburg VA HealthCare System
913 NW Garden Valley Blvd
Roseburg, OR 97470

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
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
52.204-7
System for Award Management (OCT 2018)
52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
52.211-6
Brand Name or Equal (AUG 1999)
52.225-2
Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83)
52.233-2
Service of Protest (SEPT 2006)
52.252-1
Provisions Incorporated by Reference (FEB 1998)

VAAR Provisions:
852.252-70
Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)

(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)
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 such must be included with any response to this solicitation.
Technical compliance
Price
*Adherence to the technical characteristics and meeting the special standard 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.
FAR 52.213-3 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.
All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification Veteran Small Business Certification (sba.gov).
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018)
ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum:
52.203-17
Contractor Employee Whistleblower Rights (NOV 2023)
52.204-13
System for Award Management Maintenance (OCT 2018)
52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
52.219-6
Notice of Total Small Business Set-Aside (NOV 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)
52.252-2
Clauses Incorporated by Reference (FEB 1998)

VAAR Clauses:
852.203-70
Commercial Advertising (MAY 2018)
852.212-71
Gray Market Items (NOV 2018)
852.232-72
Electronic Submission of Payment Requests (NOV 2018)
852.242-71
Administrative Contracting Officer (OCT 2020)
852.246-71
Rejected Goods (OCT 2018)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAR 2023)
The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference:
52.204-10

52.204-27
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328)
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note)
52.219-28
Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2))
52.222-3
52.222-19
Convict Labor (JUN 2003) (E.O. 11755)
Child Labor Cooperation with Authorities and Remedies (NOV 2023) (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) (29 U.S.C. 793)
52.222-50
Combating Trafficking in Persons (NOV 2021) (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 (FEB 2021) (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)
All quoters shall submit according to the following:
Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 10:00 AM PST on 03/21/2024. 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 may be considered non-responsive.
Required Supporting Documentation:
Buy American Certificate
Authorized Distributor Letter if not the manufacturer
Certification that equipment meets/exceeds the salient characteristics of the desired brand above
Delivery date
The Government intends to make award without discussions.
For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov.
Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2024 10:19 am 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 >