6515--Stryker Evacuation Chairs

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Mar 22, 2024
Due: Mar 29, 2024
Solicitation No: 36C24124Q0391
Publication URL: To access bid details, please log in.
Follow
6515--Stryker Evacuation Chairs
Active
Contract Opportunity
Notice ID
36C24124Q0391
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2024 10:20 am EDT
  • Original Date Offers Due: Mar 29, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Bedford VA Medical Center Bedford , 01730
    USA
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Effective Date: 03/15/2023
Revision: 01

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 2024-03.

This solicitation is set-aside for
SDVOSB

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 Employees. The FSC/PSC is 6515. This is a brand name requirement.

The Contracting Activity is seeking to purchase delivery and training for (25) Stryker Evacuation Chairs for Bedford VA Medical Center, 200 Springs Road, Bedford, MA 01730.

All interested companies shall provide quotations for the following:

Supplies:

VIN NO.
DESCRIPTION
QTY
UOM
6254000000
Evacuation Chair
25
EA
6254109001
EVAC CHAIR OP/MAINT MANUAL DOM
25
EA
6253001167
In-Service Video (DVD)
25
EA
6254026000
Evac Standard Components
25
EA
6250031000
Locking Rear Lift Handles
25
EA
6254029000
Foot Rest Option
25
EA
6254065000
Standard Track
25
EA
6254050000
Wall Bracket
25
EA
6254055000
Chair Cover
25
EA
STATEMENT OF WORK
BEDFORD VA HEALTHCARE SYSTEM
STRYKER EVACUATION CHAIR
The Stryker Evacuchair is a stand-alone patient transport device. The chair requires no access to VA OIT or other electronic network. The chair performs a unique function in the safe transportation and handling of Veterans with inability to ambulate during an evacuation of the patient care areas. This is a brand name requirement.

This transfer device will protect the Veterans and staff during emergency operations at the facility and ensure the lowest probability of injury to Veterans and VA Bedford Healthcare Staff during patient transfers in the facility.

The contractor awarded this contract will be responsible for providing the following equipment including all shipping and handling to get the equipment to the location for use by the VA Bedford Healthcare System, initial train the trainer of VA Bedford Healthcare Staff, proficiency checks with staff identified as trainers, and ongoing technical support for any system issues:

Thirty (25) Stryker evacuation Chairs with the following accessories:
Maintenance Manual
In Service Video
Locking Rear lift handles
Evac Standard Components
Footrest Option
Standard Track
Wall Bracket
Chair Cover

Primary Point of Contact

Name:
Kenneth Boyd
Section:
Safety Manager
Address:
200 Springs Road
Phone Number:
781-687-2714
E-Mail Address:
Kenneth.Boyd3@va.gov

Objective

The purpose of this Statement of Work (SOW) is to outline the purchase for 25 units of Stryker Evacuation chairs. This document highlights the services being requested by the Bedford V.A. Medical Center purchasing for 25 evacuation chairs from OEM LB Stryker CORPORATION. The vendor under this proposal shall provide all equipment, accessories, (if included with purchase) and applicable manuals.


Background

The facility has the need for emergency evacuation equipment (Stryker evacuation chairs) to bring patients, staff, and others safely and securely from areas during emergencies. These be deployed to specific locations and floors for immediate use by end users at Inpatient wards, and non-patient areas (canteen) and outpatient clinics. The Bedford V.A. has used similar products but need a larger quantity as the population of the facility has grown. And the product in current use is no longer usable if broken or damaged. (Parts are not available).
Scope

To replace existing evacuation chairs with new products, replace the existing products that cannot be repaired easily and no longer available. The primary placement will be on occupied in patient wards. Attachments and manuals can be purchased later if determined to be needed.

Training

Training will be conducted on site by safety staff as a train the trainer procedure. This way staff can take the lead in education of their staff. The company (Stryker) has a 15-year warranty on the product, so they will be responsible for repairs to the product.

Locations for the Stryker chairs will need to be labeled so during an event they are needed they can be located and utilized properly.
Records Management Language for Statement of Work (SOW):

The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract:

Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
Delivery shall be provided no later than 60 days after receipt of order (ARO).

Place of Performance/Place of Delivery
Address:
200 Springs Road
Postal Code:
Bedford, MA 01730
Country:
UNITED STATES

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 (Nov 2023)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Feb 2024)

The following subparagraphs of FAR 52.212-5 are applicable:

52.204-10, 52.204-27, 52.209-6, 52.219-14, 52.219-28, 52.219-32, 52.219-33, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33

All quoters shall submit the following: Quote.

All quotes shall be sent to the Contract Specialist, Divianna Mathurin, Divianna.mathurin@va.gov

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 following are the decision factors:

Price,
Speed of delivery
Past performance

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provision is incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition
Is set aside for small business and has a value above the simplified acquisition threshold; or

Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or

Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show
           (1) The solicitation number;
           (2) The time specified in the solicitation for receipt of quotations;Â
          (3) The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
           (5) Terms of any express warranty;
           (6) Price and any discount terms;
           (7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
           (9) Acknowledgment Request for Quotation amendments;
(10) Past performance will not be considered in simplified acquisition procurements.
(11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
(e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately.
(f) Late submissions, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due.
(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation.
(h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
      (1) Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
                (i) ASSIST ( https://assist.dla.mil/online/start/).
                (ii) Quick Search ( http://quicksearch.dla.mil/).          Â
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i)Â Using the ASSIST Shopping Wizard (Â https://assist.dla.mil/wizard/index.cfm);
(ii)Â Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii)Â Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.
(k)Â [Reserved]
(l)Â Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO.
(End of Provision)

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"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 10AM on Friday March 29, 2024, at Divianna.Mathurin@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

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
Contract Specialist
Divianna Mathurin
Divianna.Mathurin@va.gov
914-325-3258

DEPARTMENT OF VETERANS AFFAIRS

Justification for Single Source Awards IAW FAR 13.106-1
For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)
Acquisition Plan Action ID: 36C241-24-AP-2493

Contracting Activity: Network Contracting Office 1, Regional Procurement Office East on behalf of the Department of Veterans Affairs, VISN 1, Bedford VA Medical Center, 200 Springs Road, Bedford, MA 01730. Funding 518-24-3-748-0010.

Brief Description of Supplies/ Services required and the intended use/Estimated Amount: This is a new, brand name requirement. The Contracting Activity intends to procure (25) Stryker Evacuation Chairs manufactured by OEM LB Stryker Corporation, P.O. Box 93308, Chicago, ILÂ 60673-3308 (UEI: UJPNLN1M18B3) for Bedford VA Medical Center. The Stryker Evacuchair is a standalone patient transport device that is essential for the evacuation of disabled or injured persons weighting up to 500lbs, from multilevel facilities in emergency situations. Estimated Amount ____________.

Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: This Stryker evacuation chair performs a unique function in the safe transportation and handling of Veterans with inability to ambulate during an evacuation of the patient care areas. Stryker s Patented Stair-TREAD tracks allow easy evacuation downstairs by a single operator which is crucial during emergency situations in the hospital. The extendable handles allow operators to have a forward-facing, upright posture for balance, line-of-sight and ergonomic safety. Foot-end lift handles also extend to accommodate two operators, allowing for patients over 200lbs to be safely transported and/or lifted over obstacles. This transfer device will protect the Veterans and staff during emergency operations at the facility and ensure the lowest probability of injury to Veterans and VA Maine Healthcare Staff during patient transfers in the facility. The facility has the need for emergency evacuation equipment (Stryker evacuation chairs) to bring patients, staff, and others safely and securely from areas during emergencies. These be deployed to specific locations and floors for immediate use by end users at Inpatient wards, and non-patient areas (canteen) and outpatient clinics. The Bedford V.A. has used similar products but need a larger quantity as the population of the facility has grown. And the product in current use is no longer usable if broken or damaged. (Parts are not available).

Description of market research conducted and results or statement why it was not conducted: The Contracting Activity conducted its first search on SBA Cert using NAICS 339113 which yielded a broad result of 924 contractors. The following search was on SBA DSBS search using NAICS 339113 along with keyword Stryker which yielded 2 profiles matching the criteria, however neither were authorized to provide these particular evacuation chairs. FPDS search using keyword Stryker Evacuation under Contracting Office 01 returned 2 contract actions, both of which were for the same exact equipment for Boston and Maine s VA Healthcare System. Next search was on NAC using catalog number 6254000000 which generated 2 records for the exact evacuation chairs being requested provided by LB Stryker and SB Rescue One however they both do not fall under the SDVOSB socioeconomic group. GSA search using keyword Stryker produced one schedule contractor under manufacturer STRYKER CORP., STRYKER MEDICAL which was SDVOSB TrillaMed LLC who is authorized to provide this chair. Last search was on VetBiz using NAICS 339113 along with keyword Stryker which yielded 0 results. Since this requirement is over $25,000 but less than SAT, I proceeded to publish a combined synopsis set-aside to SDVOSB on 03/22/2024 with a closing date of 03/29/2023 set-aside to SDVOSB distributors with the intention of receiving 2 or more quotes from Stryker s authorized SDVOSB distributors. The rule of two has been met.
Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 22, 2024 10:20 am EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 16, 2024[Combined Synopsis/Solicitation (Updated)] 6515--Stryker Evacuation Chairs
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.