56--Ligature Resistant Sliding Door Systems
VA Ann Arbor Healthcare System Ligature Resistant Sliding Door Systems COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitatio... VA Ann Arbor Healthcare System Ligature Resistant Sliding Door Systems COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25020Q0195 Posted Date: 12/12/2019 Original Response Date: 12/19/2019 11:59 PM ET Current Response Date: 12/19/2019 11:59 PM ET Product or Service Code: 5670 Set Aside: Small Business Set-Aside NAICS Code: 321911 Wood Window and Door Manufacturing Contracting Office Address Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI 49037. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ),". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01 effective November 12, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 321911, with a small business size standard of 1,000 employees. The Department of Veterans Affairs, Network Contracting Office 10 is seeking to purchase a quantity of fifteen (15) Ligature Resistant Sliding Door Systems (LR-SDS) for the VA Ann Arbor Healthcare System located at 2215 Fuller Road, Ann Arbor, Michigan 48105. Items to be delivered FOB Destination within 90 days ARO to the VA Ann Arbor Healthcare System. Requirements: Ligature Resistant Sliding Door Systems (LR-SDS) are required for use in patient rooms of an acute behavioral health care environment. The door systems are used to eliminate the potential of self-harm by patients who would attempt to use the door opening of a swinging door as an anchor point for self-ligature. The LR-SDS is required because it substantially eliminates risk of self-harm to behavioral health patients and significantly exceeds the risk mitigation capabilities offered by competing methods such as over the door alarms installed swinging doors. Instead of monitoring self-ligature attempts with failure prone electronic components the door system eliminates the potential for self- ligature. Refer to the attached Scope of Work for specific requirements/specifications. If proposing an alternate equivalent product, the following LR-SDS features shall also be met: Special Features: Classroom deadlock functionality (with indicator). Smoke Seal used to prevent passage of smoke, required of corridor doors in sleeping occupancies. Fast Frame Kit for minimally invasive installation. Concealed track system hangs a 1-3/4 thick door with minimal surface applied gap without any exposed anchor points or cavities Concealed floor guide keeps door flush against wall Concealed vertical rod bolt locks into track providing privacy with no accessible latch bolt or strike Ligature resistant thumb turn and flush pull Top door edge not accessible as a ligature point Eliminates barricade tactics and using door as a weapon Includes a clutch override feature so staff can gain entry in barricade situations In addition to locking in the closed position, other positions can be added (e.g. locked in open position) Dampened closure allows quiet operation and prevents slamming doors System withstands abuse and continues to function even after door failure. Strength tested to meet or exceed swinging door specs (ANSI A250.13 (6.1.12). There are two ball bearing blocks, each having a dynamic load capacity of 1240lbs All items shall be new; refurbished/used/gray market items are not acceptable. (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) Vendor 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. Award shall be made to the vendor whose quotation represents the best value to the Government using Lowest Price, Technically Acceptable (LPTA) criteria. 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 Items with the following addenda: 52.204-7, 52.204-16, 52.204-24, 52.211-6. FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items with the following addenda: FAR 52.204-18, and 52.232-40; VAAR 852.203-70, 852.219-74, 852.219-75, 852.232-72, and 852.246-71. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items . The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33. The Defense Priorities and Allocations System (DPAS) is not applicable. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). All contractors must be registered with the System for Award Management (SAM) at https://www.sam.gov/SAM/. Submission shall be received not later than Thursday, December 19, 2019 by 11:59 PM ET by email at jeffrey.rozema@va.gov. Late submissions may be accepted at the discretion of the contracting officer if advantageous to the Government. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Jeffrey Rozema, at jeffrey.rozema@va.gov. Point of Contact Point of contact for this solicitation is Jeffrey Rozema, Contracting Officer, email: jeffrey.rozema@va.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »