4240--Medical Rescue Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Connecticut
Type of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Posted: Apr 15, 2024
Due: Apr 19, 2024
Solicitation No: 36C24124Q0305
Publication URL: To access bid details, please log in.
Follow
4240--Medical Rescue Equipment
Active
Contract Opportunity
Notice ID
36C24124Q0305
Related Notice
36C24124Q0305
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: Apr 15, 2024 04:28 pm EDT
  • Original Date Offers Due: Apr 19, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    West Haven VA Medical Center West Haven , CT 06516-2770
    USA
Description
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 4240.

The Contracting Activity is seeking to purchase delivery of Medical Rescue Equipment to West Haven VA Medical Center, 950 Campbell Avenue, West Haven, CT 06516-2770. This is a new, brand name only requirement in accordance with the brand name justification documentation attached.

All interested companies shall provide quotations for the following:

Supplies

Model Number
Description
Quantity
Unit of Measure
500104
Aztek Pro System, CMC
4
EA
727220
Vortex feet kit: (set of 3 ft with bag)
1
EA
727400
AZORP Kit Arizona Vortex
2
EA
727200
Custom CMC Rescue Equipment, Arizona Vortex Bag Set, CMC
1
EA
727140
Custom CMC Rescue Equipment, Arizona Vortex , Hobble Strap, CMC
1
EA
A010AA01
Custom PETZL America Vertex ANSI Type 1, Class E helmet, yellow
4
EA
727300
Arizona Vortex 2 Multipod
1
EA
C071CA02
AVAO BOD international version, black/yellow, size two
6
EA
NanoPac25
NanoPac 25, Custom Super Vacuum 8" fan, 25' of spiral duct
1
EA
KTSEARCH61MSES
Custom Sterling rope search lite rope with markers and bags 200'
1
EA
VP5-KJ532111101
Industrial Scientific Vents Pro5 Multi-Gas Detector, CO/H2S, SO2, O2
1
EA
733500
Custom CMC Rescue Equipment Harken LOKHEAD WINCH KIT
1
EA
335013
Clutch, 13mm, CMC
3
EA
P001BA00
Custom PETZL America Spin L1 very high efficiency single pulley with swivel
8
EA
P001CA00
Custom PETZL America Spin L2 very high efficiency double pulley with swivel
4
EA
201072
Custom CMC Rescue Equipment
1
EA
201073

Custom CMC Rescue Anchor Strap Med
1
EA
201074
Custom CMC Rescue Anchor Strap Large
1
EA
201075
Custom CMC Rescue Anchor Strap X-Large
1
EA
343059
Right hand ascender
2
EA
343055
Left hand ascender
2
EA
201122
ETRIER, W/Tie in Blue, CMC Rescue
2
EA
300233-RED
Key Lock Carabiners
24
EA
294029
CMC Edge Guard, Large
1
EA
294030
CMC Edge Guard, Medium
1
EA
294019
Edge Pad, XL CMC
1
EA
294044
CUSTOM CMC Edge protector Ultra-pro
1
EA
293383
Prusik AZ Bound 8mm red
4
EA
293386
Prusik AZ Bound 8mm green
4
EA
200070-01
TRC-1 Cart w/hanson fittings
1
EA
30010-300
SUPPLY HOSE, HANSON 300FT
4
EA
L052AA03
Custom PETZL America, Grillion
4
EA
B50A
Rescucender Rope Grab
2
EA
pCARD
Custom pCARD, ROCK Exotica bolt anchor
2
EA
2504-black-grey-xlarge
x-large gloves
4
EA
2504-black-grey-small
small gloves
2
EA
2504-black-grey-medium
medium gloves
2
EA
2504-black-grey-large
large gloves
4
EA
2504-black-grey-2XL
2XL gloves
2
EA
M073CA00
Custom VULCAN high strength h frame asymmetrical carabiner with large capacity
8
EA
201132
CMC Etrier with Tie-in, RED
2
EA
K097AA00
ASAP Lock 40 kit, assembled ASAP lock, 40cm, BM'D+CAPTIV
4
EA
SAR224060411301
SKA-PAK for CS entry
4
EA

Delivery shall be provided no later than 30 days after receipt of order (ARO).
FOB: Destination.
Place of Performance/Place of Delivery
Address:
950 Campbell Ave,
West Haven, CT
Postal Code:
06516-2770
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, 52.219-27, 52.219-28, 52.219-32, 52.219-33, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33

All quoters shall submit the following: Quote.

All quotes shall be sent to the Contract Specialist, Glorimar Estevez Cortorreal, glorimar.estevezcortorreal@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, past performance, delivery speed, availability

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:
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 4PM EST on Friday, April 19, 2024, at glorimar.estevezcortorreal@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
Glorimar Estevez Cortorreal
glorimar.estevezcortorreal@va.gov
413-584-4040 EXT 6718
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
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

See also

CCF 2024_1.1 | CCF_2024_1_Crumbling Foundation Services-Materials Lab Testing Please visit www.crcogbonfirehub.com Start Date:

State Government of Connecticut

Bid Due: 6/30/2024

Follow Hazardous Substance Pollution Response Technology Active Contract Opportunity Notice ID 70Z02324-RFI-RDC-01 Related

Federal Agency

Bid Due: 5/15/2024

21552 | Utilization Mgmt & Provider Payment Practices of Medicare Adv Plans Study

State Government of Connecticut

Bid Due: 4/30/2024

21495 | CT National Electric Vehicle Infrastructure (NEVI) Phase 1a - Northern Rt.

State Government of Connecticut

Bid Due: 6/07/2024

* 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.