Search Contract Opportunities

Equipment, DENALI Power-Driven Mobile Patient Lifts, NIHCS

ID: 36C25025Q0338 • Type: Synopsis Solicitation

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 a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (effective 01/17/2025). This solicitation is set-aside for Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing. The small business size standard is 800 employees. The FSC/PSC is 6530 Hospital Furniture, Equipment, Utensils, and Supplies. The Department of Veterans Affairs, Network Contracting Office 10 (NCO 10), Veterans Integrated Services Network 10 (VISN 10), VA Northern Indiana located at 1700 East 38th Street, Marion, IN 46953 has a requirement for a commercial brand name or equal Denali Power-Driven Mobile Patient Lifts and accessories. All interested companies shall provide quotes for the following: ITEM DESCRIPTION QTY UNIT PRICE TOTAL 1 52300-15 Denali 600 3 Casters w/15" Slingbar 5 2 52300-24 Denali 600 3 Casters w/24" Slingbar 1 3 52066 Wipeable SPL Sling - 600 LBS 6 4 52384 Oxygen Tank IV Pole Holder - Denali 6 5 52440 Patient Weight Scale - Denali 6 6 2503-007A Battery- Denali 6 7 52940A Wall Mount Battery Charging Station - Denali 6 Salient Characteristics: The Denali is a power-driven mobile patient lift designed with the functionality of a ceiling lift. The ergonomic design of this device eliminates push/pull forces, reducing the risk of injury to caregivers. The lift at a minimum must provide a patient sling compatibility (loop style attachment) capable of handling a minimum of 600 pounds. The height adjustable boom and sling bar operate independently allowing vehicle extractions and floor recoveries. The power-driven mobile patient lift features: Standard door width clearance of 28 inches Under bed clearance with approximate 4.6 or 3.4 turning diameter O2 Tank Holder and IV Pole Removable battery for wall charging station Battery should hold for approximately 200 lifts/charges Emergency lowering options manual and powered Sling bar options of 15 and 24 3 Casters 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 (SEPT 2023) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror, (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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. FAR 52.225-2, Buy American Certificate (OCT 2022) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.273-70, Late Offers (NOV 2021) (End of Addendum to FAR 52.212-1) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.225-1, Buy American Supplies (OCT 2022) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) (End of Addendum to FAR 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2024) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), and (59) All offerors shall submit the following: The offeror shall submit a quote, with sufficient documentation to evaluate the functional and technical specifications compared to the salient characteristics, Buy American Act Certificate, Warranty/Extended Warranty details and Delivery/Installation Schedule. All quotes shall be sent to the Contract Specialist, Alice Clark at alice.clark@va.gov. Telephone responses shall not be accepted. Responses must be received no later than March 12, 2025, at 12:00 p.m. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit an email to Alice.Clark@va.gov. All inquiries will be responded to as necessary in amendment format which will be posted on http://www.sam.gov The deadline for submission of clarifications and/or additional information concerning this solicitation is March 5, 2025, at 12:00 PM (EST). No questions will be answered after this date/time unless determined to be in the best interest of the Government determined by the Contracting Officer. Telephone inquiries will not be accepted or returned. 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, sufficient documentation to evaluate functional and technical specifications, Buy American Act Certificate, Warranty/Extended Warranty, and Delivery/Installation schedule. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. 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; (3) The name, address, and telephone number of the quoter; (4) 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/). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) 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) [Reserved] (l) 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)
Background
The Department of Veterans Affairs, Network Contracting Office 10 (NCO 10), Veterans Integrated Services Network 10 (VISN 10), located at VA Northern Indiana, has a requirement for commercial brand name or equal Denali Power-Driven Mobile Patient Lifts and accessories.

This procurement is aimed at enhancing patient care and safety by providing advanced lifting equipment designed to minimize injury risks for caregivers.

Work Details
The contract includes the following items:
1. **52300-15 Denali 600 3 Casters w/15" Slingbar** - Quantity: 5
2. **52300-24 Denali 600 3 Casters w/24" Slingbar** - Quantity: 1
3. **52066 Wipeable SPL Sling - 600 LBS** - Quantity: 6
4. **52384 Oxygen Tank IV Pole Holder - Denali** - Quantity: 6
5. **52440 Patient Weight Scale - Denali** - Quantity: 6
6. **2503-007A Battery- Denali** - Quantity: 6
7. **52940A Wall Mount Battery Charging Station - Denali** - Quantity: 6

**Salient Characteristics:** The Denali lift must have a minimum patient sling compatibility of 600 pounds, an ergonomic design to reduce caregiver injury, a standard door width clearance of 28 inches, and emergency lowering options (manual and powered).

It should also feature a removable battery capable of approximately 200 lifts/charges and independent operation of the height adjustable boom and sling bar.

Place of Performance
The products will be delivered to the Department of Veterans Affairs, VA Northern Indiana, located at 1700 East 38th Street, Marion, IN.

Overview

Response Deadline
March 12, 2025, 12:00 p.m. EDT Past Due
Posted
Feb. 26, 2025, 10:09 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Department of Veteran Affairs VA Northern Indiana Marion 46953
Source
SAM

Current SBA Size Standard
800 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
$6,530 (value based on agency estimated range)
Signs of Shaping
79% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 2/26/25 VISN 10: Healthcare System issued Synopsis Solicitation 36C25025Q0338 for Equipment, DENALI Power-Driven Mobile Patient Lifts, NIHCS due 3/12/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339113 (SBA Size Standard 800 Employees) and PSC 6530.
Primary Contact
Title
Contract Specialist
Name
Alice Clark   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 36C25025Q0338

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C25025Q0338

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C25025Q0338

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25025Q0338

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25025Q0338

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 250-NETWORK CONTRACT OFFICE 10 (36C250)
FPDS Organization Code
3600-00250
Source Organization Code
100167099
Last Updated
April 11, 2025
Last Updated By
Alice.Clark@va.gov
Archive Date
April 11, 2025