Veterans Affairs



FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'SZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVEDAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICEADDRESSPOINT OF CONTACT(POC Information Automatically Filled fromUser Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAILADDRESSEMAIL DESCRIPTIONADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 201065VISN 22 EMPI - Brand Name or EqualRequirement for the Alternate Care Site (ACS) System,ER System, Hospital Triage & Treatment System, TrailerPackage, Response Cases, Carts and Vaccine transporters90815VA262-14-Q-088507-02-201430N2339113Department of Veterans AffairsNetwork Contracting Office 224811 Airport Plaza DriveSuite 600Long Beach CA 90815johnny.kim@VISN 22USATable of ContentsSECTION A1A.1 TABLE OF CONTENTS1SECTION B2B.1 DESCRIPTION OF AGREEMENT AND SCHEDULE/COMBINED SYNOPSIS SOLICITATION DESCRIPTON2B.2 SCHEDULE OF SUPPLIES AND SERVICES3B.3 STATEMENT OF WORK26B.4 PACKAGING & MARKING42B.5 DELIVERIES & PERFORMANCE42B.6 BLANKET PURCHASE AGREEMENT ADMINISTRATION DATA43SECTION C – BLANKET PURCHASE AGREEMENT CLAUSES51C.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)51SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS52D.1 ATTACHMENT A (SCHEDULE)52SECTION E - SOLICITATION PROVISIONS53E.1 FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 53E.2 FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (APR 2014)53E.3 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS57E.4 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS58E.5 FAR 52.212-2 – EVALUATION – COMMERCIAL ITEMS (JAN 1999)59E.6 ADDENDUM TO 52.212-2 FORMAT STRUCTURE AND REQUIREMENTS59SECTION B DESCRIPTION OF AGREEMENT AND SCHEDULE/COMBINED SYNOPSIS SOLICITATION DESCRIPTON1.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Quotes are being requested and no additional solicitation will be issued. The “Brand Name or Equal” request for quote solicitation number is VA262-14-Q-0885. See Table of Contents for a list of applicable clauses and provisions.1.2 The Department of Veterans Affairs Veterans Integrated Service Network 22 (VISN 22) has a requirement for the Vericor Alternate Care Site (ACS) System, Emergency Room (ER) System, Hospital Triage & Treatment (TNT) System, Medkits, Trailer Logistics Package, Response Cases, Carts, and Vaccine transporters or equal solutions, please see SOW for salient characteristics. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business standard size of 500 employees. All firms must be registered with and verified by the following websites: to be eligible for award. 1.3 This Blanket Purchase Agreement (BPA) is 100% Set-Aside for Small Business firms who are capable of performing the stated requirements. Only qualified offerors may submit bids. This acquisition is being conducted under Simplified Acquisitions Procedures in accordance with FAR part 13. The clauses and provisions referenced in this solicitation may be obtained in full text form at . 1.4 All products ordered under this BPA are subject to the terms and conditions of the awarded BPA. This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by authorized individuals1.5 This BPA shall be for a period of one base year plus 4 option years. This BPA is not a Contract. If the Contractor fails to perform in a manner satisfactory to the CO, this BPA may be cancelled with a thirty (30) days written notice to the Contractor by the CO. VISN 22 intends to establish the base year of the agreement for the period of one year from the date of award with target dates of July 1, 2014 through June 30, 2015, however this date is subject to change upon award. 1.6 Delivery Orders (DO) issued shall be identified by the Contract Number (To be Determined upon award) and BPA Number (To be Determined upon award).1.7 The participating facilities may order products via Electronic Data Interchange (EDI), telephone, facsimile or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. All orders shall be placed against valid DOs signed by the Contracting Officer.1.8 A Contracting Officer may designate representatives and alternate representatives to place orders against this BPA.1.9 All Attachments referenced within Section D are incorporated as a part of this document as a single document.1.10 Pursuant to Federal Acquisition Regulation Part 13.303-2, it is the intent of the Department of Veterans Affairs (VA), VISN 22 to establish a Blanket Purchase Agreement (BPA) for the items listed below. It is the intent of the Government to award this BPA to One Offeror as stated within the Basis for Award under FAR 13.106-2. Award will be made to the responsible Offeror whose proposal is responsive to the solicitation and is determined to be the overall best value and most advantageous to the Government, price and other than price factors considered.SCHEDULE OF SUPPLIES AND SERVICESAn initial estimated order has been included in Tab 1 of the attached Excel spreadsheet. Equivalent items of Tab 1 can be provided in Tab 2 of the attached Excel spreadsheet. Please see attached Excel document for schedule of items being requested within this solicitation. 2.1 Vericor ACS System Overview (Tab A in Excel Schedule)2.1.1 The Alternate Care Site (ACS) is a 25-bed mobile medical system designed to provide care similar to that of a medical surgical ward. The system can deploy and be established within one hour and self-sustain for 96 hours.2.1.2 The ACS is comprised of modules. Each module is defined by the medical care it can provide, e.g. Wound Care. Each module is inclusive containing all of the supplies necessary to provide that care for 25 patients for 4 days. All supplies are organized and pre-packaged into appropriate roll cases and/or hard cases with wheels for immediate operations. Each module is accompanied with a corresponding re-supply so as to maintain smooth operations for 96 hours. All modules are alphanumerically labeled for easy recognition. 2.1.3 All modules come with a SmartBook operator’s manual (hard copy & digital format) including but not limited to:-Case/Drawer Photographs-Trailer Load Plans & Load Process Pictures as required -Critical Data including: -Manufacturer-Quantity -Location -Lot #/Serial # -Expiration Date -Storage Parameters -Material Safety Data Sheets2.1.4 The SmartBook provides data enabling all items that are recalled, require maintenance or replenishment can be managed on a regular basis to prevent adverse patient outcomes.2.2 VeriCor ACS Modules2.2.1 The ACS System is comprised of 29 modules with the following respective capabilities:Assistive Devices ACS ModuleModel #: ACS-AD-22Includes the components necessary to assist patient movement due to injuries and/or physical disabilities. Airway Management ACS ModuleModel #: ACS-AM-22Includes the components necessary to facilitate basic & advanced airway management & Cricothyrotomy. Administrative Support ACS ModuleModel #: ACS-AS-22Provides the components necessary for medical staff to coordinate and supervise daily field operations providing clerical and administrative support.Examination ACS ModuleModel #: ACS-E-22Includes the components necessary to monitor vital signs and carrying out complete physical exams. Emergency Care ACS ModuleModel #: ACS-EC-22Provides the components necessary to manage arrest situations, immobilization, OB delivery and traction. Eye Ear Nose Throat ACS ModuleModel #: ACS-EENT-22Provides the essential items needed to perform eye examinations, epistasis control, foreign body removal and EENT bandaging. Facility Support ACS ModuleModel #: ACS-FS-22Includes the essential items necessary to clean and maintain the Alternate Care Site environment. GI/GU Adult ACS ModuleModel #: ACS-GIGUA-22Includes the essential items necessary to conduct nasogastric/urethral catheter insertions and ostomy care for adults. GI/GU Pediatric ACS ModuleModel #: ACS-GIGUP-22Includes the essential items necessary to conduct pediatric nasogastric/urethral catheter insertion. Intravenous Therapy Adult (Closed Cath) ACS ModuleModel #: ACS-ITA-VA-22Provides the components necessary to administer fluid hydration and antibiotics to adults via intravenous access with closed catheters. Intravenous Therapy Pediatric (Closed Cath) ACS ModuleModel #: ACS-ITP-VA-22Includes the components necessary to administer fluid hydration and antibiotics to pediatric patients via intravenous access with closed catheters. Laboratory ACS ModuleModel #: ACS-L-22Includes the essential items needed to preform phlebotomy and point-of care testing (POCT). Medication Administration ACS ModuleModel #: ACS-MA-22Includes the essential items needed to store and administer IV, IM, PO, SC and PR medications. Medical Equipment ACS ModuleModel #: ACS-ME-22Includes the necessary components to provide patients and staff durable equipment in the ACS environment. Medical Facility Support ACS ModuleModel #: ACS-MFS-22Includes the essential items needed to carry out biohazard containment and cleanup. Medical Monitoring ACS ModuleModel #: ACS-MM-22Includes the essential items needed to accommodate 12-lead ECG, cardioversion, defibrillation, pacing, SpO2 and NIBP. Maintenance Tools ACS ModuleModel #: ACS-MT-22Includes the essential items to carry out routine maintenance and repairs. Orthopedics ACS ModuleModel #: ACS-O-22Provides the essential items necessary to stabilize and treat injuries of the musculoskeletal system. Oxygen Supply Palletized ACS ModuleModel #: ACS-OSP-22Includes the components necessary to store, transport and distribute oxygen to bedsides in a palletized manner. Oxygen Supply Trailerized ACS ModuleModel #: ACS-OST-22Icludes the components necessary to store, transport and distribute oxygen to bedside from a trailer configuration. Patient Care Adult ACS ModuleModel #: ACS-PCA-22Includes the essential items necessary to facilitate adult care and hygiene. Patient Care Bariatric ACS ModuleModel #: ACS-PCB-22Includes the essential items necessary to facilitate bariatric care and hygiene. (Note: This module supports 6 bariatric patients x 96 hours vs. 25 patients.)Patient Care Essentials ACS ModuleModel #: ACS-PCE-22This module works in collaboration with Adult, Pediatric and/or Bariatric Care ACS modules to provide patients with essential consumable supplies for hygiene & basic patient care. Patient Care Pediatric ACS ModuleModel #: ACS-PCP-22Provides the essential items necessary to facilitate pediatric feeding and bathing.Respiratory Therapy ACS ModuleModel #: ACS-RT-22Includes the components necessary to administer oxygen and inhalation therapy. Suction ACS ModuleModel #: ACS-SC-22Includes the components necessary to conduct oral, endotracheal and gastrointestinal suctioning. Surgical ACS ModuleModel #: ACS-SG-22Includes the components necessary to perform single and dual-layer wound closure, stapling, I&D and cautery. Staff Personal Protective Equipment ACS ModuleModel #: ACS-SPPE-22Includes the components necessary to protect staff during ACS operations. Wound Care ACS ModuleModel #: ACS-WC-22Includes the essential items necessary to treat and manage minor burns, lacerations, punctures, abrasions and abscesses. 2.3 Vericor Mobile Emergency Room (ER) System Overview (Tab B in Excel Schedule)2.3.1 The Mobile Emergency Room (ER) is a 6-bed mobile medical system designed to provide care similar to that of Level II trauma center in an austere setting. The system can deploy and be established within one hour and self-sustain for 96 hours treating 288 patients over 4 days.2.3.2 The ER is comprised of modules. Each module is defined by the medical care it can provide, e.g. Wound Care. Each module is inclusive containing all of the supplies necessary to provide that care for 288 patients for 4 days. All supplies are organized and pre-packaged into appropriate roll cases and/or hard cases with wheels for immediate operations. Each module is accompanied with a corresponding re-supply so as to maintain smooth operations for 96 hours. All modules are alphanumerically labeled for easy recognition.2.3.3 All modules come with a SmartBook operator’s manual (hard copy & digital format) including but not limited to: - Case/Drawer Photographs - Trailer Load Plans & Load Process Pictures as required - Critical Data including: - Manufacturer - Quantity - Location - Lot #/Serial # - Expiration Date - Storage Parameters - Material Safety Data Sheets2.3.4 The SmartBook provides data enabling all items that are recalled, require maintenance or replenishment can be managed on a regular basis to prevent adverse patient outcomes.2.5 VeriCor ER Modules2.5.1 The ER System is comprised of 31 modules with the following respective capabilities:Assistive Devices ER ModuleModel #: ER-AD-22Includes the necessary components for assisting patient movement due to physical disabilities or injuries. Airway Management Advanced ER ModuleModel #: ER-AMA-22Includes the essential items necessary to facilitate basic and advanced airway management. Administrative Support ER ModuleModel #: ER-AS-22Provides the components necessary for medical staff to coordinate and supervise daily field operations for clerical and administrative support. Cardiac/Trauma Monitoring ER ModuleModel #: ER-CTM-22Includes the necessary components to conduct 12-lead ECG, cardioversion, defibrillation, SpO2, NIBP, and ACLS protocols. Examination ER ModuleModel #: ER-E-22Includes the necessary components to monitor vital signs and carry out complete physical exams. Eye Ear Nose Throat ER ModuleModel #: ER-EENT-22Provides the essential items necessary to perform eye examinations, epistasis control, foreign body removal and bandaging care. Facility Support ER ModuleModel #: ER-FS-22Includes the essential items necessary for cleaning and maintaining the ER environment. GI/GU ER ModuleModel #: ER-GIGU-22Provides the necessary components for adult and pediatric naso-gastric / urethral catheter insertion and ostomy care. Intravenous Therapy ER ModuleModel #: ER-IT-22Provides the necessary items to administer adult and pediatric fluid hydration and antibiotics via venous access. Intravenous Therapy w/ Closed System Catheters ER ModuleModel #: ER-ITC-22Provides the necessary items to administer adult and pediatric fluid hydration and antibiotics via venous access.Intravenous Therapy Advanced ER ModuleModel #: ER-ITA-22Provides the necessary components for rapid adult and pediatric, warm fluid and blood infusion via venous and intraosseous access.Intravenous Therapy Advanced w/ Closed System Catheters ER ModuleModel #: ER-ITAC-22Provides the necessary components for rapid adult and pediatric, fluid and blood infusion. Laboratory ER ModuleModel #: ER-L-22Provides the necessary components for phlebotomy and point-of-care testing of urine, occult blood, glucose, Strep A & pregnancy. Laboratory Advanced ER ModuleModel #: ER-LA-22Provides the necessary components to preform bedside analysis for chemistries, electrolytes, lactate, coagulations, hematology, blood gases and cardiac markers. Medication Administration ER ModuleModel #: ER-MA-22Provides the necessary components for storing and administering IV, IM, PO, SC, and PR medications. Medical Equipment ER ModuleModel #: ER-ME-22Includes the necessary components to provide patients and staff durable equipment in the ER environment. Medical Facility Support ER ModuleModel #: ER-MFS-22Provides the necessary items to carry out biohazard containment and cleanup. Maintenance Tools ER ModuleModel #: ER-MT-22Includes the necessary components to preform bedside analysis for routine repair and maintenance. Orthopedics ER ModuleModel #: ER-O-22Includes the essential items necessary for stabilization and treatment of injuries of the musculoskeletal system. Oxygen Support Palletized ER ModuleModel #: ER-OSP-22Includes the components necessary to store and transport (via pallet) and distribute oxygen to bedsides. Oxygen Support Trailerized ER ModuleModel #: ER-OST-22Includes the components necessary to store & transport (via trailer) and distribute oxygen to bedsides. Patient Care ER ModuleModel #: ER-PC-22Includes the essential items necessary for essential adult and pediatric care and hygiene. Patient Care Essentials ER ModuleModel #: ER-PCE-22This module works in collaboration with Adult and/or Pediatric ER modules to provide patients with essential consumable supplies for hygiene & basic patient care. Respiratory Therapy ER ModuleModel #: ER-RT-22Provides the necessary components to administer oxygen and inhalation therapy. Suction ER ModuleModel #: ER-SC-22The Suction ER Module provides the necessary components for conducting oral, endotracheal and gastrointestinal suctioning. Surgical ER ModuleModel #: ER-SG-22Provides the essential items for single and dual-layer wound closure, stapling, I&D and cautery. Surgical Advanced ER ModuleModel #: ER-SGA-22Includes the essential items for adult and pediatric thoracostomy. Staff Personal Protective Equipment ER ModuleModel #: ER-SPPE-22Includes the essential items for protecting staff during field operations. Triage ER ModuleModel #: ER-T-22Includes the necessary components for triage situations including hemorrhage control, spinal immobilization, triage area delineation and triaged patient identification. Vital Signs Monitoring ER ModuleModel #: ER-VSM-22Provides the necessary components for routine vital signs monitoring. Wound Care ER ModuleModel #: ER-WC-22Provides the essential items for treating and managing minor burns, lacerations, punctures, abrasions and abscesses. 2.6 Vericor Hospital Triage & Treatment (TNT) System Overview (Tab C in Excel Schedule)2.6.1 During a disaster or a medical emergency the resources to triage, transport and treat a rapid surge of patients will be stressed beyond capacity in any affected area. The time required to triage and initiate definitive treatment to those affected will directly determine the outcome of those patients. VeriCor’s Hospital Triage & Treatment System (TNT) has been designed for hospitals to provide triage and definitive care for the rapid surge of patients due to a disaster; natural or man-made. The System is comprised of color-coded rolling chests (per triage category) that contain Upright Medical Organizers and ancillary equipment labeled by care-function. This case design, medical components and intuitive organization allows for a rapid deployment, easy establishment and efficient patient care thus saving lives. 2.6.2 The care functions of the TNT complement the triage categories as defined by the START (Simple Triage and Rapid Treatment) triage method, the most widely accepted triage methodology in the US. 2.6.3 The TNT can triage 400 individuals and provide or initiate definitive medical treatment to 100 patients. The TNT contains the following care-functions and capacity per triage category:Minor - (Green Category -50 patients) ****Worried well are not included****One green rolling chest containing the following capabilities:Examination Personal Protective Equipment (PPE)Wound CareOrthopedic CareOne green mobile case containing the following capability:Single/Double-Layer Skin ClosureDelayed (Yellow Category – 30 patients)Two yellow rolling chests containing the following capabilities:Examination Personal Protective Equipment (PPE)Wound CareOrthopedic CareIntravenous AdministrationOne yellow mobile case containing the following capability:Single/Double-Layer Skin ClosureNeedle DecompressionImmediate (Red Category – 20 patients)Two red rolling chests containing the following capabilities:Examination Personal Protective Equipment (PPE)Wound CareOrthopedic CareIntravenous AdministrationSuctionOxygen DistributionAirway managementRespiratory TherapyOne red mobile workstation containing the following capability: Single/Double-Layer Skin ClosureNeedle DecompressionChest Tube InsertionCentral Venous AccessIntraosseous accessElectrocauteryExpectant (Black Category – 50 patients)Personal Protective Equipment (PPE)Essential Post-mortem suppliesThe System also includes a rolling chest containing supplies for primary and/or secondary triage depending on the nature of the incident for 400 individuals. Capabilities include:Triage (Gray Category – 400 individuals)Personal Protective Equipment (PPE)Triage area identificationPatient Triage identificationHemorrhage controlSpinal immobilization2.6.4 All of VeriCor’s Systems are integrated and organized from the minute level of a drawer or pocket to the final packing within a trailer with alphanumeric labeling. This detailed organized System is accompanied by a SmartBook operator’s manual in both hard and digital format. This manual includes all the elements required for a sustainable and manageable System:Case/Drawer PhotographsTrailer Load Plan & Load Process PicturesCritical Data including:ManufacturerLocationQuantityLot #/Serial #Expiration DateStorage ParametersMaterial Safety Data Sheets2.7 Medkits Overview (Tab D in Excel Schedule)2.7.1 During a disaster or a medical emergency the resources to treat a rapid surge of patients will be stressed beyond capacity in any affected area. The time required to initiate and provide definitive treatment to those affected will directly determine the outcome of those patients. The efficiency of the staff to provide that care is of utmost importance in order to save lives.2.7.2 VeriCor’s MedKits have been designed to provide for rapid establishment of the medical equipment and supplies for such an emergency. The intuitive organization coupled with packaging and labeling maximizes staff efficiency and thus save lives.2.7.3 The MedKits are procured by capability (care-function) with a representation of all items necessary for that capability organized within an Upright Medical Organizer (UMO) supported by a stand (SUMO). Both the SUMO and the UMO and contained within either a wheeled medical case (MC-MO) or soft-sided case for long term storage and transport.2.7.4 All MedKits come with a SmartBook operator’s manual (hard copy & digital format) including but not limited to: - Photographs - Trailer Load Plans & Load Process Pictures as required - Critical Data including: - Manufacturer - Quantity - Location - Lot #/Serial # - Expiration Date - Storage Parameters - Material Safety Data Sheets2.7.5 The SmartBook provides data enabling all items that are recalled, require maintenance or replenishment can be managed on a regular basis to prevent adverse patient outcomes.2.8 VeriCor MedKits:2.8.1 The MedKits are available for the following care-functions:Airway Management MedKit Model #: MK-AM-22Provides essential components needed to facilitate rapid basic and advanced airway management organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Examination MedKitModel #: MK-E-22Provides essential components needed for monitoring vital signs and carrying out physical exams organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.GI/Suction MedKitModel #: MK-GIS-22Contains essential components needed to conduct catheter insertions and oral, endotracheal and gastrointestinal suctioning organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Intravenous Therapy MedKitModel #: MK-IT-22Provides essential components needed for administering fluid hydration and antibiotics to patients via intravenous access organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Intravenous Therapy w/ Closed System Catheters MedKitModel #: MK-ITC-22Provides essential components needed for administering fluid hydration and antibiotics to patients via intravenous access organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Laboratory MedKitModel #: EK-L-22Provides essential components needed to preform phlebotomy and Point-Of-Care Testing (POCT), including Strep A, pregnancy and diabetes organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Medication Administration MedKitModel #: MK-MA-22Provides essential components needed for storing and administering IV, IM, PO, SC, and PR medications organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual..Orthopedics MedKitModel #: MK-O-22Provides essential components needed for stabilization and treatment of injuries of the musculoskeletal system organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Respiratory Therapy MedKitModel #: MK-RT-22Provides essential components needed for the administration of oxygen and inhalation therapy organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Surgical MedKitModel #: MK-SG-22Provides essential components needed for single and dual-layer wound closure, stapling, I&D and cautery organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Staff Personal Protective Equipment MedKitModel #: MK-SPPE-22Provides essential components needed for protecting staff while performing patient care organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.Wound Care MedKitModel #: MK-WC-22Provides essential components needed for treating and managing minor burns, lacerations, punctures, abrasions, and abscesses organized within one Upright Medical Organizer (UMO), supported by an easy to assemble stand, contained within a choice of a rolling hard case or a soft carry case, and accompanied by a SmartBook operator’s manual.2.9 Trailer Logistics Package Overview (Tab E in Excel Schedule)2.9.1 VeriCor’s Response-FriendlyTM Medical Systems are designed for rapid deployment and immediate patient care. Each System is inclusive containing all of the supplies and equipment necessary to provide the required medical care and treatment as specified by the customer. In order to be rapidly mobile these Systems are contained within Response Trailer Logistic Packages. The type and number of trailers are determined by the volume of the cases necessary to meet the desired capacity and level of patient acuity. 2.9.2 All supplies and equipment of the System are organized and pre-packaged into appropriate roll bags and/or hard cases. All cases of the System are load balanced into the response trailer anchored with ratchet straps for secure transport. Furthermore the cases are packaged by echelons of deployment so that those cases needed to begin operations are unloaded first; re-supply cases are unloaded last. 2.9.3 All Response Trailers come with a SmartBook operator’s manual (hard copy & digital format) including: - Cabinet/Case/Drawer Photographs - Trailer Load Plans & Load Process Pictures - Critical Data including: - Manufacturer - Quantity - Location - Lot #/Serial # - Expiration Date - Storage Parameters - Material Safety Data Sheets2.9.4 After the cases of the System have been unloaded the trailers convert to provide either a logistics support station or EOC/Staff break area complete with power generation/distribution and environmental control. Please reference the Response Trailer quotes for respective line item specifications.2.10 Response Cases, Carts, Vaccine Transporters Overview (Tab F in Excel Schedule)2.10.1 Cases & Carts Overview:2.10.1.1 During a disaster or a medical emergency the resources to treat a rapid surge of patients will be stressed beyond capacity in any affected area. The time required to initiate and provide definitive treatment to those affected will directly determine the outcome of those patients. The efficiency of the staff to provide that care is of utmost importance in order to save lives. In order to be efficient the care providers must have all of the medical equipment and supplies necessary to protect themselves and provide the treatment required at their fingertips. These items must also be maintained with current shelf lives and in good integrity to avoid adverse patient outcomes. 2.10.1.2 VeriCor Case & Cart Solutions: VeriCor’s cases and carts have been designed to provide organization of the medical equipment and supplies for such an emergency thus increasing the efficiency of the staff. Our cases and carts are durable providing proper storage to protect and maintain the response assets in good condition. They are wheeled for mobility, complete with built-in electrical distribution when required and are labeled and/or color-coded to assist with asset management. Upright Medical OrganizerModel #: MC-UMO-22The Upright Medical Organizer (UMO) epitomizes VeriCor’s Response-Friendly? medical equipment. This ultimate organizer facilitates the rendering of immediate care anywhere. Made of durable decontaminable vinyl, this organizer can be hung on doors, shelter frames or on a stand (sold separately). It features a light, durable, roll-it-up design, 21 clear, double-zippered pockets, a highly visible ID holder, and a back pocket for oversized items. Pre-attached straps and hooks enable various hanging capabilities. It measures 67” long and 26” wide and weighs just 7 lbs. Additional accessories include a stand (MK-SUMO).Portable Stand for MC-UMOModel #: MC-SUMO-22The Portable Stand for MC-UMO typifies Response-Friendly? products. This portable stand, with its snap-together design, sets up in under a minute. Machined aluminum, detention balls, and interchangeable parts enable an easy fit, while the stability straps give it the strength to handle any large, hanging, medical bag. It features an intuitive design which assembles quickly and easily and high quality powder-coated parts. The two stability straps and carry bag are included. It measures 73” x 39” x 25” and weights 8.5 lbs.Mobile Medical CaseModel #: MC-1-22With its enormous capacity, the Mobile Medical Case has the space needed to get your medical supplies organized. Latches keep contents secure during transport, while locks and a key keep items safe during storage. The removable tray is just the right size to organize smaller items. Pack it up and be ready to respond. It features a large capacity compartment, wide/heavy-duty rubber-coated wheels, and a large pull-out steel handle with soft grip for easy maneuverability. It measures 23” x 38” x 23”, is 31 lbs., and has an interior volume of 6.7 cubic feet.24" Workstation w/ 3 Drawers & TableModel #: MW-24-22VeriCor’s 24” Workstation w/ 3 Drawers & Table comes standard with ample storage, easy transport handles and a detachable table. This single unit station becomes mobile in an instant. Pack in all your medical supplies and the workstation is ready to move where you need it most. It is lockable for secure storage, has tilt bins for easy organization, medical grade drawer pulls, and easy lock wheels with a wide wheel base for easy and safe maneuverability. It measures 48” x 24” x 24”, has 3 drawers (100 lbs. capacity), and a fold-out table (5.8 ft? work surface). It comes in blue, black, red, or silver.Medical Organizer w/ 4 Drawers & TableModel #: MC-MO-22The Medical Organizer w/ 4 Drawers & Table is a storage container, cabinet, table and medical case all-in-one. This durable case provides partitioned drawers for easy access to vital medical gear in the field. The detachable table provides a Response-Friendly? solution to needing a work surface. It features deep drawers, customizable drawer dividers, easy-slide drawer guides, drawer label holders, butterfly latches, and a wide wheel base. It measures 36” x 26” x 23” (closed) and weighs 87 lbs.Rolling ChestModel #: MC-RC-22The Rolling Chest is a storage container, chest, and medical organizer all-in-one. This durable case protects assets during storage and enables the mass movement/deployment of vital medical gear in the field. Large, all-terrain wheels with brakes, enable this chest to move easily on carpet, vinyl, wood and concrete flooring. It features two removable carpeted trays, locking lid stays, four recessed handles, butterfly latches, and a wide wheel base. It measures 48” x 38” x 30” (closed).Litter Equipment OrganizerModel #: MC-LEO-22The Litter Equipment Organizer protects litters, stands, pads and straps during storage and enables the mass movement/deployment of bulk supplies. Large casters enable this organizer to move easily on carpet, vinyl, wood and concrete flooring. The welded steel construction has no sharp edges and is ideal for the protection of medical assets. It features ten hinged doors, two steering handles, four locking 6” swivel casters, and a see-through design. It’s large frame (1.25” square steel tubing) measures 104” x 48” x 70”. It can hold over 17 litters, 34 stands, 17 pads, and 34+ straps.42" Workstation w/ 3 Drawers , Table & RefrigeratorModel #: MW-42-AT-22VeriCor’s 42” Workstation w/ 3 Drawers, Table & built-in Refrigerator comes standard with plenty of storage and a detachable table for an instant work surface. This single unit workstation becomes mobile in an instant. Pack in all your medical supplies and the workstation is ready for your next campaign. It is lockable for secure storage, has tilt bins for easy organization, medical grade drawer pulls, and easy lock all-terrain wheels with a wide wheel base for easy and safe maneuverability. It measures 48” x 43” x 25”, has 6 drawers (100 lbs. capacity), and a fold-out table (10.4 ft? work surface). It comes in blue, black, red, or silver.42" Workstation w/ 6 Drawers & TableModel #: MW-42-22VeriCor’s 42” Workstation w/ 6 Drawers & Table comes standard with plenty of storage and a detachable table for an instant work surface. This single unit workstation becomes mobile in an instant. Pack in all your medical supplies and the workstation is ready for your next campaign. It is lockable for secure storage, has tilt bins for easy organization, medical grade drawer pulls, and easy lock wheels with a wide wheel base for easy and safe maneuverability. It measures 48” x 43” x 25”, has 6 drawers (100 lbs. capacity), and a fold-out table (10.4 ft? work surface). It comes in blue, black, red, or silver.Rack, 8-bed, RollingModel#:MC-R-C-8-22Provides for the safe storage and rapid movement of medical surge beds. Cart, MattressModel#: MC-R-M-22Provides for the safe storage and rapid movement of medical surge mattresses.Rack, 30-Cot, RollingModel #: MC-R-C-30-22Provides for the safe storage and rapid movement of surge cots. Hospital Incident Command CenterModel #: MC-HICS-22Establish command and control quickly and easily with the Hospital Incident Command Center. Organize and store all incident supplies within this compact, mobile unit. Be prepared the next time an incident happens and a mobile solution is needed. It features an adjustable laptop stand, overhead light, data jacks, inlay map/doc grease board, two Easyboards, a wide wheel base, detachable fold-out table, and is fully lockable. It measures 50” x 43” x 25” and weighs 295 lbs.Decon Equipment OrganizerModel #: MC-DEO-22The Decon Equipment Organizer protects decontamination equipment during storage and enables the mass movement/deployment of these bulk supplies. Large casters enable this organizer to move easily on carpet, vinyl, wood and concrete flooring. The welded steel construction has no sharp edges and is ideal for the protection of medical assets. It features 3 open shelves with a heavy-duty vinyl “door,” two steering handles, four locking 6” swivel casters, and a see-through design. The compact frame (1.25” square steel tubing) measures 65” x 63.5” x 30”.Case, Mobile, Storage, ElectricModel#: MC-SC-E-22Provides for mobile storage of those assets requiring power for charging. The case is 48” x 24” x 54” with three shelves each with power distribution and heat vents. Case, Mobile, StorageModel#: MC-SC-22Provides for mobile storage of large and bulk response assets. The case is 48” x 24” x 54” with 6” easy brake casters for safe movement.Upright Medical Organizer (UMO):Model: MC-UMOThe Upright Medical Organizer (UMO) Response-Friendly medical equipment organizer facilitates the rendering of immediate care anywhere. It is made of durable decontaminable vinyl, this organizer can be hung on doors, shelter frames or on a self-supporting stand. Features: Light, durable, roll-it-up design Clear, double-zippered pockets Back pocket for oversized items Pre-attached straps and hooks enable various hanging capabilities Highly visible ID holder Specifications:Dimensions - (L x W) 67” x 26” Weight - 7 lbs.Storage Pockets - 21 clear, 1 oversized (in back) Additional Accessories: - Stand (MK-SUMO) - Protective Bag (MK-BUMO) Stand for Upright Medical Organizer UMO, Portable:Model: MC-SUMOThis is a portable stand, with a snap-together design, sets up in under a minute. It has machined aluminum, detention balls, and interchangeable parts. It also has stability straps which give it the strength to handle any large, hanging, medical bag.Features Lightweight aluminum Intuitive design assembles quickly and easily High quality powder-coated parts Two stability straps Carry bag included SpecificationsDimensions (H x W x D) - 73” x 39” x 25” Weight - 8.5 lbs.Carry Bag Weight - 1.5 lbs. Carry Bag Dims (L x W)- 30” x 24”Medical CaseModel: MC-1This Medical Case has the space needed to organize medical supplies. Latches keep contents secure during transport, while locks and a key keep items safe during storage. The removable tray is just the right size to organize smaller items. Pack it up and be ready to respond.FeaturesLarge capacity Wide, heavy-duty rubber-coated wheels Large pull-out steel handle with soft grip for easy maneuverability Complimentary alphanumeric identification labeling SpecificationsDimensions (H x W x D) - 23” x 38” x 23” Weight - 31 lbs. ?Interior Cubic Volume - 6.7 cubic feetMedical Case, 4 Drawer/TableModel: MC-4TThe 4-Drawer Medical Case with Table is a storage container, cabinet, table and medical case all-in-one. This durable case provides partitioned drawers for easy access to vital medical gear in the field. The detachable table provides a Response-Friendly solution to needing a work surface.FeaturesDetachable Table Deep Drawers Customizable Drawer Dividers Easy-Slide Drawer Guides Drawer Label Holders Butterfly Latches Wide Wheel Base SpecificationsDimensions (H x W x D) - 36” x 26” x 23” (closed) Weight - 87 lbs. Storage - 4 partitioned drawers Detachable Table - 6 ft? work surfaceLitter Equipment Organizer Model: MC-LEOThe Litter Equipment Organizer protects litters, stands, pads and straps during storage and enables the mass movement/deployment of bulk supplies. Large casters enable this organizer to move easily on carpet, vinyl, wood and concrete flooring. The welded steel construction has no sharp edges and is ideal for the protection of medical assets.FeaturesCapacity: 17 litters, 34 stands, 17 pads, 34+ straps Ten hinged doors Two steering handles Four locking swivel casters See-through design High quality epoxy paint SpecificationsDimensions - 104” x 48” x 70” Weight - 540 lbs. Frame Material - 1.25” square steel tubing Casters - 6” diameterWorkstation, 24”, TableModel: MC-24VeriCor’s 24” Workstation with Table comes standard with ample storage, easy transport handles and a detachable table. This single unit station becomes mobile in an instant. Pack in all your medical supplies and the workstation is ready to move where you need it most.FeaturesLockable for secure storage Tilt bins for easy organization Medical grade drawer pulls Easy lock wheels with a wide wheel base for easy and safe maneuverability Color options: Blue, Black, Red, SilverSpecificationsDimensions (H x W x D) - 48” x 24” x 24” Drawers - 3 (100 lbs. capacity each) ?Fold-Out Table - 5.8 ft? work surface Weight - 184 lbs.Workstation, 42”, Refrig/TableModel: MC-42RVeriCor’s 42” Vaccination Workstation comes standard with ample storage, a built-in refrigerator and a detachable table. This single unit station becomes mobile in an instant. Pack in all your medical supplies and the workstation is ready for your next vaccination campaign.FeaturesRefrigerator without freezer Lockable refrigerator & case Tilt bins for easy organization Easy lock wheels with a wide wheel base for easy and safe maneuverability Color options: Blue, Black, Red, SilverSpecificationsDimensions (H x W x D) - 48” x 43” x 25” Drawers - 3 (100 lbs. capacity each) Fold-Out Table - 10.4 ft? work surface Weight - 283 lbs.Workstation, 42”, TableModel: MC-42VeriCor’s 42”, Table, 6-Drawer Workstation comes standard with plenty of storage and a detachable table for an instant work surface. This single unit workstation becomes mobile in an instant. Pack in all your medical supplies and the workstation is ready for your next campaign.FeaturesLockable for secure storage Tilt bins for easy organization Medical grade drawer pulls Easy lock wheels with a wide wheel base for easy and safe maneuverability Color options: Blue, Black, Red, SilverSpecifications Dimensions (H x W x D) - 48” x 43” x 25” Drawers - 6 (100 lbs. capacity each) Fold-Out Table - 10.4 ft? work surface Weight - 296 lbs.Hospital Incident Command CenterModel: MC-HICSEstablish command and control quickly and easily with the Hospital Incident Command Center. Organize and store all incident supplies within this compact, mobile unit. Be prepared the next time an incident happens and a mobile solution is needed. **HICS Support Module available**FeaturesAdjustable laptop stand Overhead light Inlay map/doc grease board Two Easyboards Wide wheel base Detachable table Fully lockable SpecificationsDimensions (H x W x D) - 50” x 43” x 25”Weight - 295 lbs. Fold-Out Table - 10.4 ft? work surface Data Jacks - CAT3 & CAT5eDecon Equipment OrganizerModel: MC-DEOThe Decon Equipment Organizer protects decontamination equipment during storage and enables the mass movement/deployment of these bulk supplies. Large casters enable this organizer to move easily on carpet, vinyl, wood and concrete flooring. The welded steel construction has no sharp edges and is ideal for the protection of medical assets.Features?Three Shelves ?Heavy-Duty Vinyl “Door” ?Two Steering Handles ?Four Swivel Casters (2 Locking) ?See-Through design ?High Quality Epoxy Paint SpecificationsDimensions (H x W x D) - 65” x 63.5” x 30”Weight - 230 lbs.Frame Material - 1.25” Square Steel TubingCasters - 6” DiameterMobile Case –Supply w/ built-in electrical distributionModel: MC-SC-EDims: 48” x 24” x 54”Constructed of .04” ABS double-side laminated .5” birch plywood2 - Built-In Shelves constructed of .04” ABS double-side laminated .5” birch plywood 2 - 6” Swiveling Rolling Casters with easy brake2 – 6” Fixed Casters2 – Doors with 2 built-in shelves each2 – Tie down eyes6 – Lifting handles (2 on each end, 1 on each door)6 – Air vents3 – Power strips (1/shelf)1 – External power receptacleColors options: Blue, black, silver, red, green, yellow, tan, orangeRack, 8-Bed, RollingModel: MC-R-C-8-22Dims: 39” x 42” x 69” highFrame Constructed of 1.25” square steel tubing - powder coated blackInternal Supports constructed of 1” angle iron – powder coated black2 - 6” Swiveling Rolling Casters with easy brake2 – 6” Fixed CastersMust accommodate 8 surge cots of dimensions 40.5” x 31” x 15” (per 2 beds)Cart, 30-Cot, RollingModel: MC-R-C-30-22Dims: 47” x 40” x 80”Frame Constructed of 1.25” square steel tubing - powder coated blackInternal Supports constructed of 1” angle iron – powder coated black2 - 6” Swiveling Rolling Casters with easy brake2 – 6” Fixed CastersMust accommodate 30 surge cots of dimensions 39” x 24” x 9” (per 2 beds)Cart, MattressModel: MC-R-M-22Dims: 74” x 30” x 74”Frame Constructed of 1.25” square steel tubing - powder coated blackInternal Supports constructed of 1” angle iron – powder coated black2 - 6” Swiveling Rolling Casters with easy brake2 – 6” Fixed CastersMust accommodate 40 surge cots of dimensions 72.5” x 23.5” x 2” Mobile Case –SupplyModel: MC-SCDims: 48” x 24” x 54”Constructed of .04” ABS double-side laminated .5” birch plywood2 - Built-In Shelves constructed of .04” ABS double-side laminated .5” birch plywood 2 - 6” Swiveling Rolling Casters with easy brake2 – 6” Fixed Casters2 – Doors with 2 built-in shelves each2 – Tie down eyes6 – Lifting handles (2 on each end, 1 on each door)Colors options: Blue, black, silver, red, green, yellow, tan, orangeRolling ChestModel: MC-RCWith its enormous capacity, the Rolling Chest has the space needed to get your medical supplies organized. This durable case protects assets during storage and enables the mass movement/deployment of vital medical gear in the field. The removable trays are just the right size to organize smaller items, while the large payload area is ideal for larger medical equipment. Pack it up and be ready to respond.FeaturesLarge Capacity Wide Wheel Base Four Swivel Casters (2 Locking) Two Removable Trays Locking Lid Stays Four Recessed Handles SpecificationsDimensions (H x W x D) - 48” x 38” x 30” Weight - 230 lbs. Casters - 6” diameter Used in Response-Friendly? Triage & Treatment modules.2.10.2 Vericor Cool Cube Transporter Overview:2.10.2.1 During a pandemic or a medical emergency the resources to transport vaccine, blood, plasma, pharmaceuticals and like items that require cold-chain management will be stressed beyond capacity. The time required to properly transport these products and provide definitive treatment to those affected will directly determine the outcome of those patients. It is of utmost importance that required vaccines, blood, pharmaceuticals, etc. be transported in appropriate temperature parameters to save lives and avoid adverse patient outcomes. 2.10.2.2 VeriCor Cool Cube Solutions: VeriCor’s Cool Cube transporters have been designed to provide the cold-chain management and easy transport of the product (vaccine, plasma, blood, pharmaceuticals) for such an emergency thus decreasing the time required to initiate treatment. They are independently lab-certified to maintain the temperature required without wet ice, dry ice or electricity for days.Cool Cube 420Model: VT-420-22The Cool Cube 420 vaccine transporter is a passively cooled, compact unit that can maintain fresh vaccine at a temperature between 2°C and 8°C for over 101 hours. Six removable panels eliminate the need for ice or electricity and make conditioning (and pack-out) quicker and easier than anything on the market. The Cool Cube 420 is the best thermal protection transport product available to maintain the vaccine cold chain! **Compliant with all current CDC recommendations.**Features Validated by the ISTA (International Safe Transit Association) 420 multi-dose vial capacity Six panels precondition in a standard freezer Two fold down lifting handles Watertight, crushproof, and dust proof SpecificationsTemperature Range - 2° to 8° C Performance - 101+ Hours Payload Area - 12” x 12” x 12” Exterior Dimensions & Weight - 22.5” x 22.5” x 21” @ 58lbsCool Cube 50Model: VT-50V-22The Cool Cube 50 transport cooler is a passively cooled, compact unit that can maintain vaccine at a temperature between 2°C and 8°C for over 65 hours. Six removable panels eliminate the need for ice or electricity and make conditioning (and pack-out) quicker and easier than anything on the market. The Cool Cube? 50 is the best compact thermal protection product available to maintain the vaccine cold chain. It measures 10.5” x 10.5” x 10.5” and weighs 12 lbs.**Compliant with all current CDC recommendations.**FeaturesValidated by the ISTA (International Safe Transit Association) 50 multi-dose vial capacity Six panels condition in a -25°C freezer Rugged, double zipper case with a shoulder & hand strap Clear top storage pouch SpecificationsTemperature Range - -50° to -15° C Performance - 60+ Hours Payload Area - 6” x 6” x 6” Exterior Dimensions & Weight - 10.5” x 10.5” x 10.5” @ 12lbs2.11 Participating Facilities: (Additional Facilities within VISN 22 may be added to this agreement with an exercise of a supplemental agreement between the CO and Contractor. VA Greater Los Angeles Healthcare System West LA Campus 11301 Wilshire BlvdLos Angeles, CA 90073310-478-37711VA Loma Linda Healthcare System11201 Benton StreetLoma Linda, CA 92357909-825-7084VA Sepulveda Ambulatory Care Center16111 Plummer StreetLos Angeles, CA 91343VA San Diego Healthcare System3350 La Jolla Village Dr.San Diego, CA 92161800-331-8387VA Long Beach Healthcare System5901 E. 7th StreetLong Beach, CA 90822562-826-8000VA Southern Nevada Health System901 Rancho LaneLas Vegas, NV 89106702-636-3000 STATEMENT OF WORK 3.1 Vericor Response-Friendly Systems Overview of Salient Characteristics3.1.1 The Department of Veterans Affairs Veterans Integrated Service Network 22 (VISN 22) has a requirement for the Vericor Response-Friendly Systems which include the following: Vericor Alternate Care Site (ACS) System, Emergency Room (ER) System, Hospital Triage & Treatment (TNT) System, Medkits, Trailer Logistics Package, Response Cases, Carts, and Vaccine transporters.3.1.2 VeriCor’s Systems have a unique methodology for all their systems. Each System is designed utilizing the Flow-Integration Design Process. This process couples desired capabilities and capacity with detailed organization to produce a complete System that is manageable, sustainable, mobile and intuitive. Capabilities are defined by the medical treatment (wound care, examination, airway management, etc.) and the components required to perform that care. Demand planning factors are applied to each line item to determine quantity thereby creating a complete line item list of the required supplies and equipment in the correct quantity.Demand planning factors include:Number of PatientsNumber of BedsNumber of StaffPeriod of OperationsSupply Consumption RatesStandards of CareDemographicsOperational Procedures3.1.3 After the correct number of the required assets are determined; those items are calculated for volume and assigned the proper primary packaging option and coordinated re-supply. Each item inserted within the System is inspected for integrity and the critical data of each item is collected while building the System.Critical data includes:ManufacturerLot #Serial #Expiration DateQuantityLocationTemperature Storage ParametersMaterial Safety Data Sheets (MSDS)3.1.4 All cases are alphanumerically labeled and/or color-coded as to system and care function. The cases are then inserted within trailers in reverse order of echelons of deployment ensuring those cases and respective items needed first are deployed first. All cases within the trailers are properly secured for transport and accompanied with a load plan and load process pictures to assist with repackaging post deployment or post exercise.All systems are accompanied by a SmartBook operator’s manual in digital and hard-copy to include:Individual Item Critical Data (see above)Case & Drawer PicturesLoad PlanLoad Process PicturesEquipment ManualsThe combination of the Flow-integration Design Process paired with the SmartBook operator’s manual to produce a Response-Friendly System:Accurate & CompleteSustainable & ManageableMobile & Intuitive3.2 Product Replenishment Overview3.2.1 Product Replenishment services are designed for rapid deployment and immediate patient care. Each System is inclusive containing all of the supplies and equipment necessary to provide the required medical care and treatment as specified by the VA. In order to be ready to respond at any moment the products within the System must be maintained. Time-sensitive products must be rotated prior to expiring so as to avoid liability and avoid adverse patient outcomes. 3.2.1.1 Product ReplenishmentProduct Replenishment service simplifies the life-cycle requirements for Response-Friendly Systems. This service includes:Identification of expiring productRe-ordering of the exact product or updated modelReceiving & Inspection of new productLogging of critical dataLabeling of product as to case & drawer locationPackaging of product as to System and case locationCoordinating shippingUpdated critical data of SmartBook in digital format respective of new product3.2.1.2 On-Site Product ReplacementOn-Site Product Replacement service of completing the final replacement process on-site includes:Un-packing of cases from trailer or palletsInspection of all cases for compromised productReplacing all expiring product and removing affected itemsRe-packing of all cases to trailer (per load plan) or palletRe-securing of all cases Facilitating disposal of compromised product orFacilitating dissemination of soon-to-expire productThe salient characteristics of the items listed above/within this solicitation are listed below.3.3 Salient Characteristics:3.3.1 ACS System Salient Characteristics:3.3.2 The Alternate Care Site (ACS) is a 25-bed mobile medical system designed to provide care similar to that of a medical surgical ward. The system must deploy rapidly, be established within one hour and self-sustain for 96 hours not to include pharmaceuticals.3.3.3 The ACS must provide for the following patient care, treatments and capabilities for adult and pediatric:Assistive Devices Airway Management Administrative Support Examination Emergency Care Eye Ear Nose Throat Facility Support GI/GUIntravenous Therapy Laboratory Medication Administration Medical Equipment Medical Facility Support Medical Monitoring Maintenance Tools Orthopedics Oxygen Supply & Distribution Patient Care - Adult, Pediatric & Bariatric Respiratory Therapy Suction Surgical Staff Personal Protective Equipment Wound Care 3.3.4 Vendor must provide methodology for line item list and respective quantities.3.3.5 All supplies and equipment must be organized and pre-packaged by respective capability into appropriate roll cases and/or hard cases with wheels. Each case must be alphanumerically labeled. Vendor is to provide correct number and size of cases to properly organize and store all items. Vendor must provide methodology for labeling and item tracking. 3.3.6 All critical data of individual items must be captured and provided in digital and hard-copy format to include but not limited to: - Manufacturer- Quantity - Location - Lot #/Serial # - Expiration Date - Material Safety Data Sheets - Storage Parameters3.3.7 Vendor must include pictures of all cases and drawers. 3.3.8 Vendor must provide a methodology to facilitate FDA recalls.3.3.9 Vendor must provide a methodology to replace expiring items.--------------------------------------------------------------------------------3.3.10 Trailer Configuration:Vendor must provide appropriate size and features of trailer(s) to accommodate all cases required and convert to either an emergency operations center or staff break area.Vendor must provide balanced trailer(s) load plans and load process pictures.Vendor must provide methodology to secure assets.Vendor must provide methodology of trailer configuration to facilitate a tiered echelon of deployment.3.3.2 ER System Salient Characteristics: The Mobile Emergency Room (ER) is a 6-bed mobile medical system designed to provide care similar to that of Level II trauma center in an austere setting. The system needs to deploy and be established within one hour and self-sustain for 96 hours treating 288 patients over 4 days not to include pharmaceuticals.3.3.2.1 The ER must provide for the following patient care, treatments and capabilities for adult and pediatric patients:Assistive Devices Airway Management Administrative Support Cardiac/Trauma MonitoringExamination Emergency Care Eye Ear Nose Throat Facility Support GI/GUIntravenous Therapy Laboratory – basic and advanced Medication Administration Medical Equipment Medical Facility Support Medical Monitoring Maintenance Tools Orthopedics Oxygen Supply & Distribution Patient Care - Adult, Pediatric & Bariatric Respiratory Therapy Suction Surgical Staff Personal Protective Equipment TriageVital Signs MonitoringWound Care 3.3.2.2 Vendor must provide methodology for producing line item list and respective quantities.3.3.2.3 All supplies and equipment must be organized and pre-packaged by respective capability into appropriate roll cases and/or hard cases with wheels. Each case must be alphanumerically labeled. Vendor is to provide correct number and size of cases to properly organize and store all items. Vendor must provide methodology for labeling and item tracking. 3.3.2.4 All critical data of individual items must be captured and provided in digital and hard-copy format to include but not limited to:- Manufacturer- Quantity - Location - Lot #/Serial # - Expiration Date - Material Safety Data Sheets - Storage Parameters3.3.2.5 Vendor must include pictures of all cases and drawers. 3.3.2.6 Vendor must provide a methodology to facilitate FDA recalls.3.3.2.7 Vendor must provide a methodology to replace expiring items.--------------------------------------------------------------------------------3.3.2.8 Trailer Configuration:Vendor must provide appropriate size and features of trailer(s) to accommodate all cases required and convert to either an emergency operations center or staff break area.Vendor must provide balanced trailer(s) load plans and load process pictures.Vendor must provide methodology to secure assets.Vendor must provide methodology of trailer configuration to facilitate a tiered echelon of deployment.3.3.3 Hospital Triage & Treatment Salient Characteristics:3.3.3.1 A Hospital Triage & Treatment System is a System that will provide primary/secondary triage and definitive care for the rapid surge of patients due to a disaster; natural or man-made. The System needs to be color-coded per triage category and organized to contain the medical equipment and supplies required by triage category as defined by the Simple Triage and Rapid Treatment (START) triage methodology. 3.3.3.2 The System needs to be able to triage 400 individuals and provide or initiate definitive medical treatment to 100 patients; 20 Immediate, 30 Delayed, 50 Minimal in addition to 50 expectants. 3.3.3.3 The System needs to contain the following capabilities per triage category:Minor - (Green Category -50 patients) ****Worried well are not included****Examination Personal Protective Equipment (PPE)Wound CareOrthopedic CareSingle/Double-Layer Skin ClosureDelayed (Yellow Category – 30 patients)Examination Personal Protective Equipment (PPE)Wound CareOrthopedic CareIntravenous AdministrationSingle/Double-Layer Skin ClosureNeedle DecompressionImmediate (Red Category – 20 patients)Examination Personal Protective Equipment (PPE)Wound CareOrthopedic CareIntravenous AdministrationSuctionOxygen DistributionAirway managementRespiratory TherapySingle/Double-Layer Skin ClosureNeedle DecompressionChest Tube InsertionCentral Venous AccessIntraosseous accessElectrocauteryExpectant (Black Category – 50 patients)Personal Protective Equipment (PPE)Essential Post-mortem suppliesTriage (400 individuals)Personal Protective Equipment (PPE)Triage area identificationPatient Triage identificationHemorrhage controlSpinal immobilization3.3.3.4 Vendor must provide methodology for producing line item list and respective quantities.3.3.3.5 All supplies and equipment must be organized and pre-packaged by respective capability into appropriate roll cases and/or hard cases with wheels. Each case must be alphanumerically labeled. Vendor is to provide correct number and size of cases to properly organize and store all items. Vendor must provide methodology for labeling and item tracking. 3.3.3.6 All critical data of individual items must be captured and provided in digital and hard-copy format to include but not limited to: - Manufacturer - Quantity - Location - Lot #/Serial # - Expiration Date - Material Safety Data Sheets - Storage Parameters3.3.3.7 Vendor must include pictures of all cases and organizers. 3.3.3.8 Vendor must provide a methodology to facilitate FDA recalls.3.3.3.9 Vendor must provide a methodology to replace expiring items.--------------------------------------------------------------------------------3.3.3.10 Trailer Configuration:Vendor must provide appropriate size and features of trailer(s) to accommodate all cases required and convert to either an emergency operations center or staff break area when unloaded.Vendor must provide balanced trailer(s) load plans and load process pictures.Vendor must provide methodology to secure assets. 3.3.4 MedKits Salient Characteristics:3.3.4.1 MedKits are pre-packaged medical roll bags organized with a representation of all items necessary to provide a particular care function. 3.3.4.2 The MedKits need to be constructed of durable de-contaminable vinyl with clear double-zippered pockets. Kits need to include a collapsible stand and a storage chest with wheels and retractable handle. 3.3.4.3 Vendor must provide line item list to satisfy respective care function.3.3.4.4 Each case must be alphanumerically labeled. 3.3.4.5 Vendor must provide methodology for labeling and item tracking. 3.3.4.6 All critical data of individual items must be captured and provided in digital and hard-copy format to include but not limited to: - Manufacturer - Quantity - Location - Lot #/Serial # - Expiration Date - Material Safety Data Sheets - Storage Parameters3.3.4.7 Vendor must include pictures of all cases and kits. 3.3.4.8 Vendor must provide a methodology to facilitate FDA recalls.3.3.4.9 Vendor must provide a methodology to replace expiring items.3.3.4.10 Care Functions:3.3.4.10.1 Airway Management Provides essential components needed to facilitate rapid basic and advanced airway management.3.3.4.10.2 ExaminationProvides essential components needed for monitoring vital signs and carrying out physical exams.3.3.4.10.3 GI/SuctionContains essential components needed to conduct catheter insertions and oral, endotracheal and gastrointestinal suctioning.3.3.4.10.4 Intravenous TherapyProvides essential components needed for administering fluid hydration and antibiotics to adult and pediatric patients via intravenous access 3.3.4.10.5 Laboratory Provides essential components needed to preform phlebotomy and Point-Of-Care Testing (POCT), including Strep A, pregnancy and blood sugar. 3.3.4.10.6 Medication AdministrationProvides essential components needed for storing and administering IV, IM, PO, SC, and PR medications.3.3.4.10.7 OrthopedicProvides essential components needed for stabilization and treatment of injuries of the musculoskeletal system.3.3.4.10.8 Respiratory Therapy Provides essential components needed for the administration of oxygen and inhalation therapy.3.3.4.10.9 Surgical Provides essential components needed for single and dual-layer wound closure, stapling, I&D and cautery.3.3.4.10.10 Staff Personal Protective EquipmentProvides essential components needed for protecting staff while performing patient care.3.3.4.10.11 Wound Care MedKitProvides essential components needed for treating and managing minor burns, lacerations, punctures, abrasions, and abscesses.3.3.5 Trailer Logistic Package Salient Characteristics3.3.5.1 The trailer logistic packages are trailers necessary to safely store and transport a respective medical system with an additional 10% of dead space for additional items. Trailer(s) need to be able to convert to support a staff break area or EOC once empty. 3.3.5.2 Trailer Option A must have the following:Width of 8.5’Height of 7’Length to accommodate a complete ACS or mobile ER + 10%Insulated walls & CeilingBuilt-In base & upper cabinets2 Slider windowsRetractable awningAppropriate # of axles with appropriate weight capacity to legally operate while transporting a complete ACS or mobile ERInterior & Exterior built-in 12V and 120V lights, switches, outlets (120V only for outlets)Ceilings must be finishedOne-piece Al roofSpare tire and mountLogo on 2 sidesFloor must be covered with rubber dotA transition flapSafety Items – fire extinguisher, appropriate placards, etc.Reinforced WallsStabilizer JacksRemovable StepRamp Door with beaver tailElectric Tongue JackE-track in walls and floor (2 rows each)12V electrical generation with trickle charger with ancillary components120V electrical generation & ancillary componentsHeat/ACKitchen support RefrigeratorCoffee PotMicrowaveTable/ChairsCooking Utensils3.3.5.3 Trailer Option B must have the following:Width of 8.5’Height of 7’Length to accommodate a complete ACS or mobile ER + 10%Insulated walls & CeilingBuilt-In base & upper cabinets2 Slider windowsRetractable awningAppropriate # of axles with appropriate weight capacity to legally operate while transporting a complete ACS or mobile ERInterior & Exterior built-in 12V and 120V lights, switches, outlets (120V only for outlets)Ceilings must be finishedOne-piece Al roofSpare tire and mountLogo on 2 sidesFloor must be covered with rubber dotA transition flapSafety Items – fire extinguisher, appropriate placards, etc.Reinforced WallsStabilizer JacksRemovable StepRamp Door with beaver tailElectric Tongue JackE-track in walls and floor (2 rows each)12V electrical generation with trickle charger with ancillary components120V electrical generation & ancillary componentsHeat/AC3.3.5.4 All critical data of individual items must be captured and provided in digital and hard-copy format to include but not limited to:- Manufacturer- Quantity - Location - Lot #/Serial # - Expiration Date - Material Safety Data Sheets - Storage Parameters3.3.5.5 Vendor must include pictures of all cabinets, cases and drawers. 3.3.5.6 Vendor must provide a methodology to replace expiring items.3.3.5.7 Vendor must provide balanced trailer(s) load plans and load process pictures.3.3.5.8 Vendor must provide methodology to secure all accompanying medical assets.3.3.5.9 Vendor must provide methodology of trailer configuration to facilitate a tiered echelon of deployment of the accompanying medical assets.3.3.6 Cases Salient Characteristics:3.3.6.1 Medical response cases need to provide organization, protection and mobility of medical equipment and supplies for emergency response.3.3.6.2 Cases need to have 4 swiveling wheels with easy lock mechanism on two of the wheels. Wheels need to have a wide base for stability.3.3.6.3 Cases need to be constructed of double-sided ABS-laminated birch plywood.3.3.6.4 Cases need to include labeling. Vendor is to provide methodology for case labeling and content tracking.3.3.6.5 Cases must be available in the following color options:Blue BlackRedSilverGreenYellowTanOrange3.3.6.6 Cases need to include at a minimum 2 recessed handles/case end.3.3.6.7 Cases must have the capability of being locked.3.3.6.8 Cases must include at a minimum 2 recessed tie-down eyes; one on each end.24" Workstation w/ 3 Drawers & Table3.3.6.9 Case lids need to include a locking lid stay.3.3.6.10 Case needs to include a detachable table. 3.3.6.11 Case dimensions need to be 48” x 24” x 24”.3.3.6.12 Case needs to include 3 drawers constructed of Al and/or stainless steel with 100lbs. capacity each and medical grade drawer pulls.Medical Organizer w/ 4 Drawers & Table3.3.6.13 Case needs to include a detachable table. 3.3.6.14 Case dimensions need to be 36” x 26” x 23”.3.3.6.15 Case needs to include 4 drawers with customizable drawer dividers, medical grade drawer pulls and drawer label holders. Rolling Chest3.3.6.16 Case lids need to include a locking lid stay.3.3.6.17 Case dimensions need to be 48” x 38” x 30”.3.3.6.18 In addition to wheel specifications above; wheels need to be large and all-terrain. 3.3.6.19 Case must include two removable trays.42" Workstation w/ 3 Drawers, Table & Refrigerator3.3.6.20 Case lids need to include a locking lid stay.3.3.6.21 Case needs to include a detachable table. 3.3.6.22 Case dimensions need to be 48” x 43” x 25”.3.3.6.23 Case must include 3 drawers constructed of Al and/or stainless steel with 100lbs. capacity each and medical grade drawer pulls.3.3.6.24 Case must include a built-in refrigerator without a freezer compartment. 3.3.6.25 Case must include tilt bins.42" Workstation w/ 6 Drawers & Table3.3.6.26 Case lids need to include a locking lid stay.3.3.6.27 Case needs to include a detachable table. 3.3.6.28 Case dimensions need to be 48” x 43” x 25”.3.3.6.29 Case must include 6 drawers constructed of Al and/or stainless steel with 100lbs. capacity each and medical grade drawer pulls. 3.3.6.30 Case must include tilt bins.Hospital Incident Command Center3.3.6.31 Case lids need to include a locking lid stay.3.3.6.32 Case needs to include a detachable table. 3.3.6.33 Case dimensions need to be 50” x 43” x 25”.3.3.6.34 Case must include 3 drawers constructed of Al and/or stainless steel with 100lbs. capacity each and medical grade drawer pulls. 3.3.6.35 Case must include 2 whiteboards; one with HICS org chart.3.3.6.36 Case must include built-in CAT3, CAT5e and electrical.3.3.6.37 Case must include an adjustable laptop stand.3.3.6.38 Case must include inlay map grease board.3.3.6.39 Case must include a communication hub with electrical outlets and data ports.3.3.6.40 Case must include an overhead light.3.3.6.41 Case must include 3 adjustable shelves.3.3.6.42 Case must include power cord, phone cord and Ethernet cord.3.3.6.43 Case must include grease markers and whiteboard marker set.3.3.6.44 Case must include 2 vents for heat dissipation.Case, Mobile, Storage, Electric3.3.6.45 Case dimensions need to be 48” x 24” x 54”.3.3.6.46 Case must include 3 shelves constructed of the same material as the exterior. 3.3.6.47 Case must include 2 front swinging doors with 3 shallow shelves per door.3.3.6.48 Case must have built-in electrical distribution for each shelf.3.3.6.49 Case must include 6 vents for heat dissipation.Case, Mobile, Storage3.3.6.50 Case dimensions need to be 48” x 24” x 54”.3.3.6.51 Case must include 3 shelves constructed of the same material as the exterior. 3.3.6.52 Case must include 2 front swinging doors with 3 shallow shelves per door.Cart Salient Characteristics:3.3.6.53 Medical response carts need to provide organization, protection and mobility of medical equipment and supplies for emergency response.3.3.6.54 Carts need to have 2 swiveling, 2 non-swiveling 6” wheels with locking mechanism on two of the wheels. Wheels need to have a wide base for stability.3.3.6.55 Cart frames need to be constructed of 1.25” square steel tubing. Unless otherwise noted; cart frame must be enclosed with expanded metal.3.3.6.56 Carts need to include labeling. Vendor is to provide methodology for cart labeling and content tracking.3.3.6.57 Carts must be powder coated.3.3.6.58 Carts need to include a handle at each end.3.3.6.59 Carts must have the capability of being locked.Litter Equipment Organizer3.3.6.60 Cart dimensions must be 104” x 48” x 70”.3.3.6.61 Cart must have hinged doors to access each compartment.3.3.6.62 Cart must have two steering handles; one on each end.3.3.6.63 Cart must accommodate at a minimum 17 NATO litters, 34 stands, 17 pads, and 34 litter straps.Rack, 8-bed, Rolling3.3.6.64 Cart must provide for the safe storage and rapid movement of 8 medical surgical beds (DIMS: 40.5 x 31 x 15/2 beds).3.3.6.65 Cart is to utilize 1.5” angle to support beds. Cart, Mattress3.3.6.66 Cart must provide for the safe storage and rapid movement of 40 medical surge mattresses (DIMS 72.5” x 23.5” x 2.25”).Rack, 30-Cot, Rolling3.3.6.67 Cart must provide for the safe storage and rapid movement of 30 surge cots (DIMS: 39 x 24 x 9/2 cots). Decon Equipment Organizer3.3.6.68 Cart must have 3 open shelves with a heavy-duty securable vinyl cover on each side. 3.3.6.69 Cart ends must be covered with expanded metal.3.3.6.70 Cart must measure 65” x 63.5” x 30”.Vaccine Transporter/MISC Salient Characteristics:Upright Medical Organizer3.3.6.71 Medical roll organizer must be constructed of durable de-contaminable vinyl with clear double-zippered pockets3.3.6.72 Must be able to be hung on doors, shelter frames or on a stand. 3.3.6.73 Must have 21 clear, double-zippered pockets, a highly visible ID holder, and a back pocket for oversized items.3.3.6.74 Organizer dimensions: 67” long and 26” wide and weighs 7 lbs. Portable Stand3.3.6.75 Stand dimensions are 73” x 39” x 25” and weighs 8.5 lbs.3.3.6.76 Stand must disassemble for small storage cube.3.3.6.77 Stand needs to be constructed of aluminum.3.3.6.78 Stand must be powder-coated.3.3.6.79 Stand must include a carry bag for storage.Mobile Medical Case3.3.6.80 Case must have minimum dimensions of 23” x 38” x 23”.3.3.6.81 Case must include 2 lockable lid latches.3.3.6.82 Case must include a retractable handle.3.3.6.83 Case must include at least two wheels.3.3.6.84 Case must include custom labeling.Cool Cube 503.3.6.85 Transporter must maintain at a temperature between 2°C and 8°C for over 65 hours without wet ice, dry ice or electricity.3.3.6.86 Transporter must be compact providing six cubic inches payload within an outer dimensions of 10.5” x 10.5” x 10.5” and weighs 12 lbs. or less.3.3.6.87 Transporters must be independently lab-certified to transport vaccine, pharmaceuticals and blood products.Cool Cube 4203.3.6.88 Transporter must maintain at a temperature between 2°C and 8°C for over 106 hours without wet ice, dry ice or electricity.3.3.6.89 Transporter must be compact providing twelve cubic inches payload within an outer dimensions of 22.5” x 22.5” x 21” and weighs 58 lbs. or less.3.3.6.90 Transporters must be independently lab-certified to transport vaccine, pharmaceuticals and blood products.PACKAGING & MARKING4.1 PackagingAll supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor’s expense. FORMTEXT ?????4.2 MarkingAll items shall be marked clearly with the BPA Number, DO Number, Obligation number and delivery location within the hospital ie Pathology Lab. For major Equipment, the Obligation number shall begin with an NC after the station number ie 600NC2000. All other items shall be marked with a C number ie 600C20001. The DO number shall have a format similar to this example: VA262-12-J-0001. FORMTEXT ?????DELIVERIES & PERFORMANCE5.1 Installation/Implementation5.1.1 Implementation/transition timeframe - The implementation of the services/requirements described in this solicitation shall be completed no later than 90 days after the award of the BPA. This timeline is based on a reasonable attempt of the Contractor to complete all of the necessary implementation requirements within the stated timeframe. Contractors shall not be penalized for implementation timelines that extend beyond the 60 day timeframe, if the extension is through no fault of the Contractor and is a result of delays due to the Government (ie. construction/remodeling of facilities). Upon award of a BPA, the transition period for the awarded Contractor to have all equipment and peripherals installed and operational shall be 60 days from the date of award through 90 days. During this same period all initial training of VA personnel in the operation and maintenance of said award shall also be completed with exceptions due to delays at the fault of the Government. FORMTEXT ?????5.1.2 At the end of 90 days from award of the Contract, the awarded Contractor shall have full and sole responsibility for services under the awarded BPA. FORMTEXT ?????5.2 Acceptance and Performance - This paragraph establishes a standard of quality performance that shall be met before any equipment listed on the BPA/DO is accepted by the Government. This also includes replacement, substitute machines and machines that are added or field modified after a system has demonstrated successful performance. The acceptance period shall begin on the installation date. It shall end when the equipment has met the standard of performance for a period of 30 consecutive calendar days by operating in conformance with the Contractor’s technical specification or as quoted in the Contractor’s FSS Contract at an effectiveness level of 90% or more. BLANKET PURCHASE AGREEMENT ADMINISTRATION DATA6.1 Ordering, Invoice and Payment6.1.1 The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders:Name: FORMTEXT ?????Address: FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? Phone No: FORMTEXT ?????Fax No: FORMTEXT ?????Contact Name: FORMTEXT ?????Email: FORMTEXT ?????Name: FORMTEXT ?????Address: FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? Phone No: FORMTEXT ?????Fax No: FORMTEXT ?????Contact Name: FORMTEXT ?????Email: FORMTEXT ?????6.2 Payment Address - The Contractor shall submit in arrears a properly completed individual itemized invoices in accordance with the address below.VA Finance CenterPO Box 149971Austin, TX 787146.3 Invoice Information - The following information shall be listed on all invoice (Failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor)Facility’s Name and address where service was providedBPA Number (For Example :VA262-BP-001)Purchase Order Number (For Example: VA262-12-J-0001)Obligation Number (For Example: VA600-C27001)A Line Item break down of usage for example:Line item 1 CBC CPRR: 10 ea at $4.00 for a total of $40.00.Line item 4 Retic CPRR: 20 ea at $10.00Include the period of time that is being invoiced for in the invoice.BPA Holder’s Internal Contract number (if applicable)Point of contact for concerns and questions. Must name a specific person, phone number and email.6.4 BPA Program Manager6.4.1 The Contractor shall provide a BPA program manager who shall be responsible for the performance of the work under the BPA. In addition, the program manager shall act as the main focal point of communication between the Contracting Officer and the Contractor. The name of this person shall be designated in writing to the Contracting Officer. The program manager shall have full authority to act on behalf of the Contractor on all contractual/BPA matters relating to daily operation of the pany Name: FORMTEXT ?????Company Name: FORMTEXT ?????Address: FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????Phone No: FORMTEXT ????? Fax No: FORMTEXT ????? Contact Name: FORMTEXT ????? Email: FORMTEXT ????? 6.5 Hours of work6.5.1 The DO shall include five day a week, 9 hours a day full service agreement to include all necessary service calls. After hours and weekends are chargeable as per Supplies or Service and Prices/Costs section herein, Schedule of Labor Charges and Replacement Parts. Contractor may offer differing times for the service agreement, but may not reduce the availability of time by no more than two hours from the above stated times.6.5.2 Any service performed during other than normal work hours must be approved in advance by the facility COR or CO.6.6 Holidays6.6.1 Only emergency service shall be provided on National Holidays and only if authorized by the COR in advance. The rates shall be chargeable as per Supplies or Service and Prices/Costs section herein, Schedule of Labor Charges and Replacement Parts.New Year’s DayJanuary 1st Martin Luther King’s BirthdayThird Monday in JanuaryPresident’s DayThird Monday in FebruaryMemorial DayLast Monday in MayIndependence DayJuly 4th Labor DayFirst Monday in SeptemberColumbus DaySecond Monday in OctoberVeteran’s DayNovember 11th Thanksgiving DayFourth Thursday in NovemberChristmas DayDecember 25th 6.6.2 When a National Holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a National Holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government agencies. Also included, would be any other day, specifically declared by the President of the United States of America to be a National Holiday.6.7 Physical Security and Facility Considerations6.7.1 Identification, Parking, Smoking and VA Regulations (For any onsite services)6.7.1.1 The Contractor employees and/or Subcontractors approved by the COR shall wear visible identification at all times while on the premises of the facilities within the VISN. Identification shall include but not be limited to a company identification card, which shall include the company name, employee name, title, and a photograph of the employee. Contractor Employees shall maintain a professional appearance commensurate to their industry. 6.7.1.2 It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. 6.7.1.3 Any interior or exterior doors that shall be unlocked to gain access shall be kept locked during the performance of work unless it results in the creation of a safety hazard. In those instances the Contractor is responsible to take necessary actions to maintain the same level of security prior to gaining access/performing work. Should any other devices need to be unlocked like an entry gate, those devices shall be locked immediately upon entry or exit. At no time shall the Contractor allow any person into a locked area or loan keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and its employees to contractual and other legal remedies.6.7.1.5 Contractor personnel are required to check into the facility Police & Security office at each visit to pick up a “contractor” badge prior to contacting the COR. The Contractor's staff shall also be required to sign in and out each day at a designated location determined by the COR. 6.7.1.6 The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, or security information which may be obtained during the performance of the work or as a result their presence on Government premises without the written consent of the Government6.7.1.7 Smoking is prohibited inside any buildings at facilities within VISN 22.6.7.1.8 Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.6.7.1.9 The Contractor shall not allow his/her employees, including Subcontractors’ employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. The Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing the work.6.7.2 Background Checks6.7.2.1 The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions.6.7.2.2 IAW VA 0710 Handbook, appointees and contract personnel appointed to Low/Moderate/High Risk positions must be subjects of a background investigation conducted by OPM and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy.? If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract.6.7.2.3 Should the contract require Contractor’s personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance.? Regardless of U.S. citizenship requirements, Contractor’s personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government.6.7.2.4 The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government.? The level of sensitivity shall be determined by the Government on the basis of the type of access required.? The level of sensitivity will determine the depth of the investigation and the cost thereof.? At this time, the current estimated costs for such investigations are as follows:LEVEL OFSENSITIVITYBACKGROUNDINVESTIGATION LEVELAPPROXIMATE COSTLow RiskNational Agency Check with Written Inquiries$?? 231.00Moderate RiskMinimum Background Investigation$?? 825.00High RiskBackground Investigation$ 3465.006.7.2.5 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of the Contractor’s personnel.? The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation.? Background investigations shall not be required for contract personnel assigned to Low Risk/Nonsensitive positions for 180 days or less under a single contract or series of contracts. ?However, a Security Access Clearance (SAC) background screening will be required for appropriate preliminary checks IAW VA Directive 0710.6.8 Insurance Requirements6.8.1 The Contractor agrees to procure and maintain, while the Contract is in effect, Workers Compensation and Employee’s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws.6.8.2 The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this Contract.6.8.3 The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this Contract.6.8.4 Before commencing work under this Contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR part 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) days notice to the Contracting Officer.6.8.5 Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of Contract award.6.9 Information Technology Security Considerations6.9.1 Prior to termination or completion of this Contract, Contractor/subContractor must not destroy information received from VA, or gathered/created by the Contractor in the course of performing this Contract without prior written approval by the VA. Any data destruction done on behalf of VA by a Contractor/subContractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the Contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the Contract. 6.9.2 All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the Contract or (ii) disposal or return of the IT equipment by the Contractor/subContractor or any person acting on behalf of the Contractor/subContractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the Contractors/subContractors that contain VA information must be returned to the VA for sanitization or destruction or the Contractor/subContractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the Contract. 6.9.3 Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: 6.9.3.1 Vendor must accept the system without the drive; 6.9.3.2 VA’s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or 6.9.3.3 VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. 6.9.4 Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; 6.9.4.1 The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and 6.9.4.2 Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or Contract. 6.9.4.3 A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. The Government intends to the award of a Firm-Fixed Price BPA award. Responses to the solicitation shall be due on Wednesday, July 2, 2014 at 9:00AM PST. Offerers are advised to review and monitor the website to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Johnny Kim, Contracting Officer at johnny.kim@. Telephone inquiries will not be honored. SECTION C – BLANKET PURCHASE AGREEMENT CLAUSES1.1 FAR 52.252-2 Clauses 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): 852.203-70 Commercial Advertising (JAN 2008)VAAR 852.203-71 Display of Department of Veteran Affairs Hotline Poster (DEC 1992)FAR 52.211-6, Brand Name or Equal (AUG 1999)VAAR 852.211-70?Service Data Manuals (NOV 1984)VAAR 852.211-70b?Service Data Manuals, Mechanical Equipment (JAN 2008)FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2014)FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2014)FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (MAY 2014)FAR 52.216-18 Ordering (OCT 1995)FAR 52.216-19 Order Limitations (OCT 1995)FAR 52.216-21 Requirements (OCT 1995)VAAR 852.216-70?Estimated Quantities (APR 1984)FAR 52.217-8 Option to Extend Services (NOV 1999)FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)FAR 52.232-1 Availability of Funds (APR 1984)FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (JUL 2013)FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012)VAAR 852.237-70 Contractor Responsibilities (APR 1984)VAAR 852.246-70 Guarantee (JAN 2008)VAAR 852.246-71 Inspection (JAN 2008)VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008)(End of Clause)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSSEE ATTACHMENT A (SCHEDULE)SECTION E - SOLICITATION PROVISIONS1.1 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): 52.219-1 Small Business Program Representations (APR 2012)FAR 852.219-6 Notice of Total Small Business Set-Aside (NOV 2011)FAR 52.233-2 Services of Protest (SEP 2006)VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)VAAR 852.233-71 Alternate Protest Procedure (JAN 1998)(End of Provision)1.2 FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show --(1) The solicitation number;(2) The time specified in the solicitation for receipt of offers;(3) The name, address, and telephone number of the offeror;(4) A technical description of the items being offered 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 FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);(9) Acknowledgment of Solicitation Amendments;(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, 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 offers. 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 preaward testing.(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.(f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, 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 offers or revisions are due.(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or(C) If this solicitation is a request for proposals, it was the only proposal received.(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers 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.(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.(i) Availability of requirements documents cited in the solicitation.(1)(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 SectionSuite 8100470 L’Enfant Plaza, SWWashington, DC 20407Telephone (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 ().(ii) Quick Search ().(iii) ().(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 ( HYPERLINK "" \t "_self" );(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) 697/2197, Facsimile (215) 697-1462.(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through .(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.(4) A summary of rationale for award;(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)1.3 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS All responses/or questions must be in writing via e-mail (no telephone inquiries will be accepted). Offers may be emailed to johnny.kim@ no later than 9:00AM Pacific Standard time on Wednesday, July 2, 2014.Clauses/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 Office shall make their full text available. Offers shall submit a copy of the solicitation filled out completely along with one copy of the electronic Excel sheet document attached to the solicitation with all pricing filled in. All required documents must be attached, submitted, and received via email at johnny.kim@ by the due date and time specified within this solicitation. It is recommended that the entire solicitation be read completely prior to filling out the solicitation response on the attached Excel sheet. Use tab 1 to provide pricing for initial estimated orders. Use tab 2 to provide pricing for initial estimated “EQUAL” orders. Use tabs A-F to provide pricing for the requested name brand items. Use tabs A-F “EQUAL” to provide pricing for requested equal items. Offerors should thoroughly review the specifications of the solicitation and be familiar with the requirements of the solicitation prior to submitting offers in order to be fully aware of the scope of supplies and services required. Failure to do so will not relieve the successful Offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The Government shall not reimburse any cost not incorporated into the Offeror’s price.TECHNICAL INQUIRES: Direct all technical inquiries in writing to the Contracting Officer, Johnny Kim, Contracting Officer, via email to johnny.kim@. Notification To All Offerors: Federal Acquisition Regulations require all Offerors conducting business with the Government to be registered in an online database: The System for Award Management Government-wide online database for the provision of basic information (CCR) and Online Representation and Certifications relative to awards. . IT IS IMPERATIVE THAT THE ABOVE DATABASE REGISTRATIONS BE COMPLETED, OTHERWISE AWARD CANNOT BE MADE TO THE OFFEROR.Offerors shall fill in the prices being offered in the attached Excel schedule listed within this solicitation. If submitting a price for an “Equal” item, pricing and item information shall be filled in in the corresponding tabs within the Excel sheet provided. (End of Provision)1.4 ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS --COMMERCIAL ITEMS - SUB-PART 13.5 TEST PROGRAM This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is VA262-14-Q-0885. This solicitation is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC). This requirement will be procured 100% as a small business set-aside under NAICS Code 339113, 500 employees. The VISN 22 Network Contracting Office, Long Beach, CA, (hereafter referred to as the NCO) will solicit and award this order using Federal Acquisition Regulations (FAR) Part 13 and acquisition of Commercial Items in FAR Part 12. (End of Provision)1.5 52.212-2 -- Evaluation -- Commercial Items (JAN 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Factor 1 – Other than Price FactorsFactor 2 – Past PerformanceFactor 3 – Price(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)1.6 ADDENDUM TO 52.212-2 FORMAT STRUCTURE AND REQUIREMENTSIn order for each offer to be properly evaluated, it is necessary that each offeror address technical evaluation criteria and be specific and complete in detail the Technical Capabilities by describing their approach to each factor and sub-factor outlined. ?Offerors shall include any supporting documents, required by the factors or sub-factors.?Technical offers will be evaluated for completeness, and to ensure that all solicitation/evaluation criteria requirements are addressed.? Offers will be evaluated for technical merit, past performance history and price reasonableness.? The technical offer will primarily determine the qualification and capability of offerors to participate in the required service.? In order to provide full consideration of your qualification for contract award, you are encouraged to ensure that the information furnished in support of your technical offer is factual, accurate and complete.? You may provide additional technical information you believe will enhance your offer as long as it is consistent with the requested information in the Factors or Sub-factors; however, overly elaborate presentations are not desired.? Failure to provide the information requested may render the offeror’s offer technically unacceptable.? The Government reserves the right to verify any information provided for evaluation purposes.? Basis of Award: The government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Other than Price Factors: Contractor shall provide adequate information to meet the other than price factors/salient characteristics described within this solicitation.Past Performance: Provide a list of Federal, State, local government and private contract under which you have provided the same products required in this solicitation within the last two years that are similar in scope, size and complexity. Minimum of three (3) organizations that products have been furnished is required. This factor shall indicate Performance History/Experience in relation to successful performance and ability to fulfill the requirements of this solicitation. The Government may also obtain information from other customers of the offeror, consumer protection organizations, and any other sources that may have useful and relevant information with regards to performance history/experience. The Government will allow offeror an opportunity to comment on any negative past performance information obtained by the Government. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. To assist in the determination, offeror is required to furnish the following information:(1) Date of contract (beginning and ending)(2) Name and address of facility where services were rendered.(3) Contact person(4) Telephone number of contact person(5) Fax number of contact person(6) Total volume of ordered items per month(7) Provide number of years in business for providing this type of service.Price: (a) The price stated in the Schedule of Supplies and Services and Price are inclusive of all required services for the period of the contract.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Addendum)See attached document: Attachment A Schedule. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download