California Bids > Bid Detail

IV Pole, Mayo Stand and Pail

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159611318820580
Posted Date: Mar 5, 2024
Due Date: Mar 20, 2024
Source: https://sam.gov/opp/efd59da630...
Follow
IV Pole, Mayo Stand and Pail
Active
Contract Opportunity
Notice ID
36C24W24Q0045
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 05, 2024 03:34 pm CST
  • Original Published Date: Feb 28, 2024 08:08 am CST
  • Updated Date Offers Due: Mar 20, 2024 10:00 am CDT
  • Original Date Offers Due: Mar 20, 2024 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 04, 2024
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    San Diego , CA 92121
    USA
Description View Changes

GENERAL: VA San Diego Spinal Cord Injury and Community Living Center has executed a new build that will meet the VA seismic criteria and meet VHA standard for long term care, 3350 La Jolla Village Drive, San Diego, CA 92161, has a requirement for medical equipment. The medical equipment will include an IV Pole, Mayo Stand and Pail.





BACKGROUND: The VA San Diego Spinal Cord Injury (SCI) and Community Living Center (CLC) has a requirement for IV Pole, Mayo Stand and Pails to support the patients need.





PURPOSE: The IV Pole, Mayo Stand and Pail are being used to provide necessary support to the patients and residents in need at the facility.





SCOPE: VA San Diego Spinal Cord Injury and Community Living Center is requesting contractors to provide equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the needs of the department.





PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities:





Stand, IV, Adjustable, Stainless-Steel




  • Stainless-Steel Pole and Hooks. V797D-40202 - 36F79721D0143

  • One-hand foot pedal height adjustment.

  • 2” swivel casters.

  • Corrosion resistant.

  • Comes in 4 hooks.

  • 21” or 21½” base (footprint) on stands

  • 10 lbs. per hook (recommended 30 lbs. max. evenly distributed on top hooks for stability)

  • 70” to 118” height adjustment

  • Tube: O.D. = 1” I.D. = ¾”

  • Quantity: 38





Stand, Mayo




  • Removable 16-¼” x 21-¼” stainless steel tray

  • Foot-pedal operated lock adjusts height from 36” to 62”.

  • Base designed to move under low clearance equipment with maximum stability.

  • All welded stainless-steel construction

  • 2" dual wheel swivel casters

  • 50 lbs. weight capacity

  • Quantity: 4





Carriage, Pail, Kick Bucket




  • Balanced, tip resistant.

  • Perimeter bumper to protect walls.

  • Electro-polished, stainless-steel frame

  • 2" diameter double ball bearing swivel casters for easy mobility.

  • Removable 12-quart, stainless steel bucket

  • Dimension Approx: 13.75” W x 13.75” D x 13.25”H

  • Quantity: 2





FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide functional and performance capability as listed above in section in above.





SOFTWARE: N/A





INSTALLATION AND TRAINING: No installation and training are required with this equipment.





WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. The government does not accept extended warranties, which requires advance payment.





PERFORMANCE:




  • All items to be delivered and or installed after receipt of purchase order but not earlier than 7/10/24, and not later than 8/10/2024.

  • Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA COR POC Xiaochen Li (Phone): 858-642-6324 prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company.

  • Vendor`s responsibility will include offloading the equipment from the truck, moving the equipment to the correct delivery location in the space, uncrating or unboxing the equipment then removing all trash, and setting up the equipment according to the manufacturer`s specification followed by testing the equipment to verify that it is operational. Equipment installation paperwork & warranty information must be handed to the approved government contact onsite.

  • Vendor shall abide by all rules and regulations set forth by VA San Diego due to Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on VA San Diego campus grounds.

  • Hours: Normal duty hours are 8:00 a.m. through 4:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designer.

  • In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as “Legal Federal official holidays.”





New Year’s Day



January 1st



Martin Luther King’s Birthday



Third Monday in January



President’s Day



Last Monday in February



Memorial Day



Last Monday in May



Juneteenth



June 19th



Independence Day



July 4th



Labor Day



First Monday in September



Columbus Day



Second Monday in October



Veteran’s Day



November 11th



Thanksgiving Day



Fourth Thursday in November



Christmas Day



December 25th






  • Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer.

  • Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address.

  • Waste Removal: The contractor is responsible for removing and properly disposing of all waste related to the services provided on-site at all VA facilities.

  • Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.

  • All shipping for parts will be included in the cost of the contract.







PLACE OF DELIVERY: Ace/Adonius Warehouse – 5608 Eastgate Drive, San Diego, CA 92121





SECURITY



Information Security




  • The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor’s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation.

  • The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 “SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES” sited in section C. Contract Clauses



(a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards, and VA policies as VA personnel, regarding information and information system security. These include but are not limited to the Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov





(b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov





Contract Personnel Security



All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004, and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for the resources necessary to remedy the incident.





NOTICE OF TASK ORDER REQUEST FOR PROPOSAL AMENDMENT

SOLICITATION NUMBER: 36C24W24Q0045

AMENDMENT NUMBER: 0001

DATE: March 05, 2024

PROJECT TITLE: IV Pole/ Medical Equipment

LOCATION: VA Spinal Injury Center, San Diego, CA 92161

REASON FOR AMENDMENT: Answer Questions 1 – 2, Delivery Storage, Bid submission

Method.

____________________________________________________________________________

_________

MATOC CAT I: SDVOSB Set-Aside

____________________________________________________________________________

_________ AMENDMENT: 0001

Question: 1 – Delivery Storage. SOW States: Vendor`s responsibility will include offloading

the equipment from the truck, moving the equipment to the correct delivery location in the

space, uncrating or unboxing the equipment then removing all trash, and setting up the

equipment according to the manufacturer`s specification followed by testing the equipment to

verify that it is operational. Equipment installation paperwork & warranty information must be

handed to the approved government contact onsite.

Field concern: These items ship fully assembled, ready for use. These are going to a

warehouse so we wouldn’t want them to be removed from the shipping cartons until they are

ready to be placed in service to avoid any damage that might occur.

VA Response: VA agrees no set up is required for warehouse.

Question: 2 – Bid Submission Method. Bid submission method (where and how to submit the

bid)?

VA Response: Attached signed 1449 Request for Quote (RFQ) and your quote to an email

and email responses to: matthew.brown11@va.gov.

____________________________________________________________________________

_________

All other terms and conditions remain unchanged.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 5441 Babcock Road Suite 302
  • San Antonio , TX 78240
  • 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 >