Description
This is a combined synopsis/solicitation for Brand Name or Equal Commercial Items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined
Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be issued. Solicitation number 36C10G24R0002 is issued for this combined synopsis/solicitation; this solicitation is
being issued as a Request for Proposal (RFP). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02, dated 22 January 2024 and may
be accessed in full text at FAR | Acquisition.GOV. Requirement Description: The Veterans Health Administration (VHA) Equipment Life Cycle Management (ELCM) Program identified Capsa®
Brand Name or Equal Medical Carts: Storage/Transport product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Medical Carts:
Storage/Transport are lightweight and durable mobile carts used in medical facilities for storing and transporting computer equipment, medications, emergency equipment, and medical
supplies. These carts are designed with the healthcare setting in mind; with a range of features expressly integrated to ease workloads for nurses and other healthcare professionals, as
well as to enhance patient care. These carts can be used in a variety of applications that include Charting and Electronic Medical Records, Medication Dispensing, and Nursing Education.
These carts are engineered to meet the exacting requirements of the healthcare industry and built tough enough to withstand daily use in the most demanding environments. The salient
characteristics (SC) for these commercial items are identified in the Non-Expendable Equipment (NX EQ) Medical Carts: Storage/Transport, Product Description. A single award Requirements
contract will be awarded IAW FAR Clause 52.211-6, Brand Name or Equal and FAR 11.104, Use of Brand Name or Equal Purchase Descriptions, in accordance with all terms, conditions,
provisions, specifications, and schedule of this solicitation herein. Proposals shall contain the terms for cost/price and technical capabilities of the band name or equal equipment. The
Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance
and Supplies Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies, and the associated size standard is 800 employees. This procurement
action is issued as Unrestricted. The proposed acquisition is for a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract. This requirement will
be solicited and awarded IAW FAR clause 52.211-6, Brand Name or Equal which requires the offeror to indicate that each product is being offered as an equal product to the Capsa® Brand
Name Medical Carts: Storage/Transport. All interested companies shall provide a proposal for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A - PRICE COST SCHEDULE - NX EQ
MEDICAL CARTS STORAGE TRANSPORT This procurement effort is to establish a 12-month base contract with four (4) 12-month option periods. Delivery is FOB destination and requires delivery
to VA medical facilities located within the continental United States (CONUS) and Outside Continental United States (OCONUS). Firm-Fixed-Price Orders will be placed against this contract
in writing and will provide the exact delivery locations, delivery dates, and exact quantities. Delivery shall be provided within 30 days after receipt of order (ARO). The FAR provision
at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial
Items, and the specific evaluation criteria as attached addenda also applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its offer, if not available in the System for Award Management (SAM). Vendors are required to complete all fill-in Provisions
listed on Attachment D - Solicitation Provisions. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addendum
to the clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement
regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition and found in Attachment C - Contract Clauses. The FAR Provision found at
52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at
https://www.sam.gov/portal/public/SAM/. All proposers must be certified with the appropriate NAICS code on the SAM website. All SDVOSB offerors must be verified in the Small Business
Administration (SBA) database at: Veteran Small Business Certification (sba.gov) at the time of proposal submission. Questions regarding this combined synopsis/solicitation are due via
email by 11:59 AM EST on July 23, 2024,, to Contract Specialist, Deidre Parker at Deidre.Parker@va.gov and Contracting Officer, Tawana Young at Tawana.Young@va.gov. No calls will be
accepted. All questions received by the stated deadline will be answered via a solicitation amendment and posted on the Contracting Opportunities (https://sam.gov/ ) website. Proposals
are due via email by 11:59 AM EST on August 6, 2024, to Contract Specialist, Deidre Parker at Deidre.Parker@va.gov and Contracting Officer, Tawana Young at Tawana.Young@va.gov. PRODUCT
DESCRIPTION 1. SCOPE OF WORK: The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified Medical Carts: Storage/Transport product line as a
candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Medical Carts: Storage/Transport are lightweight and durable mobile carts used in medical
facilities for storing and transporting computer equipment, medications, emergency equipment, and medical supplies. These carts are designed with the healthcare setting in mind; with a
range of features expressly integrated to ease workloads for nurses and other healthcare professionals, as well as to enhance patient care. These Carts can be used in a variety of
applications that include Charting and Electronic Medical Records, Medication Dispensing, and Nursing Education. These carts are engineered to meet the exacting requirements of the
healthcare industry and built tough enough to withstand daily use in the most demanding environments. The Contractor must demonstrate the ability to meet all requirements for the
solicitation. The objective is to provide Medical Carts: Storage/Transport to be used by Clinicians throughout the VA medical centers and facilities located CONUS and OCONUS. The period
of performance is for one 12-month base period with four 12-month option periods from the date of award. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or
Equal which requires the proposer to indicate that each product being offered as an equal product to the Capsa® brand and equipment name. For each equal product, the offeror must
include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal
product(s) specified in the solicitation. The proposer must also clearly identify the item by brand name (if any) and make/model number. Finally, the proposer must include descriptive
literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any
modifications it plans to make to a product to make it conform to the solicitation requirements. Table 1 - Contract Line Items CLIN Brand Part Number Description 0001 CAPSA VA-M38NS M38e
Non-Storage Cart  CAPSA  M38XP / M38RX Tier Configuration Sets 0002 CAPSA VA-M38XP M38e XP 2 Tier Storage Cart - Select Any One (1) Tier Configuration Set from CLINS 0003 thru 0010
0003 CAPSA 9M38-11 Wide Bin Draw One Across 13-3/8w x 12-3/8l x 2-5/8 h 0004 CAPSA 9M38-22 Medium Bin Two Across 6-3/4 w x 12-38 l x 2-5/8 h 0005 CAPSA 9M38-33 Small Bin Three Across 4-12
w x 12-3/8 l x 2-5/8 h 0006 CAPSA 9M38-DD Double Deep Bins 6-3/4 w x 12-3/8 l x 5-12 h 0007 CAPSA 9M38-12 Two Bins Across and One Drawer Across 0008 CAPSA 9M38-13 Three Bins Across and
One Drawer Across 0009 CAPSA 9M38-23 Three Bins Across and Two Bins Across 0010 CAPSA 9M38-DD Double Deep Bins 13-38 w x 12-3/8 l x 5-12 h CAPSA Â MaxBin Tier Configurations 0011 CAPSA
VA-M38RX M38e RX 4 Tier Storage Cart 0012 CAPSA VA-MaxB1 One Tier - Choose Any One (1) Configuration from CLIN 0011 0013 CAPSA VA-MaxB2 Two Tier - Choose Any Two (2) Configurations from
CLIN 0011 0014 CAPSA VA-MaxB3 Three Tier - Choose Any Three (3) Configurations from CLIN 0011 0015 CAPSA VA-MaxB4 Four Tier - Choose Any Four (4) Configurations from CLIN 0011 0016 CAPSA
VA-MaxB5 Five Tier - Choose Any Five (5) Configurations from CLIN 0011 CAPSA Â MaxBin Drawer Kits 0017 CAPSA VA-M38Trio M38 Trio MaxBin Cart (Select Any Configuration from CLINS 0018
thru 0022) 0018 CAPSA 207161 Any One (1) Tier Configuration Set From CLIN 0017 Part Number 0019 CAPSA 207160 Any Two (2) Tier Configuration Set From CLIN 0017 Part Number 0020 CAPSA
207159 Any Three (3) Tier Configuration Set From CLIN 0017 Part Number 0021 CAPSA 207158 Any Four (4) Tier Configuration Set From CLIN 0017 Part Number 0022 CAPSA 207157 Any Five (5) Tier
Configuration Set From CLIN 0017 Part Number CAPSA Â ACMi Bin and Drawer Configurations Select 8 - 10 Tiers 0023 CAPSA VA-ACMiNC ACMi 10H LTC Cart (Select Any Configuration from CLINS
0024 thru 0033) 0024 CAPSA 12750 AC 2 Tier Cassette / 6 Bins 2.75"h x 5.5"w x 12.5"d 0025 CAPSA 12751 AC 2 Tier Cassette / 4 Bins 2.75"h x 8"w x 12.5"d 0026 CAPSA 12752 AC 3 Tier Cassette
/ 6 Bins 2.75"h x 8"w x 12.5"d 0027 CAPSA 12753 AC 3 Tier Cassette / 9 Bins 2.75"h x 5.5"w x 12.5"d 0028 CAPSA ACi3-MD 1 - Tier 3" Main Drawer 0029 CAPSA ACi6-MD 1 - Tier 6" Main Drawer
0030 CAPSA ACi9-MD 1 - Tier 9" Main Drawer 0031 CAPSA ACi3-Utl 1 - Tier 3" Side Drawer 0032 CAPSA Aci-6Utl 1 - Tier 6" Side Drawer 0033 CAPSA Aci-9Utl 1 - Tier 9" Side Drawer CAPSA Â
M38e & Trio Accessories 0034 CAPSA 4171671 Worksurface Light 0035 CAPSA 1781813 LCD Mount and Cup Holder 0036 CAPSA 1786593 Plastic Waste Bin 0037 CAPSA 4170398 Cavi Wipe Mount and
Holder 0038 CAPSA FG9M38AA Wire Basket 0039 CAPSA 1782681 Sharps Mount 0040 CAPSA 1782695 Accessory Bin Plate 0041 CAPSA FG9M38IV IV Pole 0042 CAPSA 1975189 Barcode Scanner Mount CAPSA Â
ACMi Accessories 0043 CAPSA UG-AVWS-12400-CM Writing Surface Upgrade 0044 CAPSA UG-AXARMCOL-ACi Upgrade AXM Column 0045 CAPSA 12983 Universal LCD Access Mount 0046 CAPSA 12770 Drawer
Divider Kit 0047 CAPSA P7048-1 Sharp Container and Mount 0048 CAPSA P70498 Glove Container 0049 CAPSA 12761 IV Pole 0050 CAPSA 12101 Plastic Waste Bin 0051 CAPSA 12528 AC Top Mat 0052
CAPSA 12742 Keyless Narc Lid 0053 CAPSA 12763 Worksurface Light 0054 CAPSA 13052 Barcode Scanner Mount CAPSA Â Warranties and Installation 0055 CAPSA PARTLAB45YRWITHSTOR 4th and 5th Year
Extended Warranty 0056 CAPSA FG9M38ON On Site Installation / Integration / Testing CAPSA Â Technologies 0057 CAPSA VA-Techbndl1 Dell 7080MFF or HP Approved Equivalent, I7 Processor 16 GB
Memory, 512 GB Self Encrypting Solid State Drive Intel WiFi FIPS, 24" LCD, VA Approved Barcode Scanner, Washable Keyboard, Washable Mouse, PIV Card Reader 0058 CAPSA VA-Techbndl2 Tangent
24" AIO Computer, VA Approved Scanner, Washable Keyboard, Washable Mouse, PIV Card Reader 0059 CAPSA VA-Techbndl3 Dell 7080MFF or HP Approved Equivalent, I7 Processor 16 GB Memory, 512 GB
Self Encrypting Solid State Drive Intel WiFi FIPS 0060 CAPSA VA-Privsc Optional Integrated Privacy Screen for 24" LCD The Department of Veterans Affairs (VA) is seeking vendors who can
provide Medical Carts: Storage/Transport identified above which meet the minimum salient characteristics (SCs) listed below. Vendors may quote any product solution or configuration so
long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the
solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor
s pricing volume with a quantity of zero. Proposers must complete the highlighted section below and identify where your supporting documentation is located. Table 2 Salient
Characteristics SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION VENDOR S PROVIDE PAGE # WHERE EACH SC IS MET IN YOUR TECHNICAL LITERATURE DOCUMENT TITLE PAGE # CLINS 0001 0004
M38e/XP/Trio Carts and CLINS 0006-0010 M38e/XP/Trio Accessories apply to the following SC s: SC 1 Must have a lockable PC/Laptop Compartment at least: 17"W x 11.25"D x 3"H Literature
Review SC 2 Must have multiple A/C Plugs Literature Review SC 3 Must have cable management Literature Review SC 4 Must have secured storage for LION battery Literature Review SC 5 Must
have Battery status indicator Literature Review SC 6 Must have primary work surface with document cover at least (17 W x 10.5 D) and additional extendable work surface at least (10.875 W
x 9.175 D) that pulls out to the left or right side of cart Literature Review SC 7 Must be able to adjust height of cart with touch of a button for use while standing or sitting
Literature Review SC 8 Must have a keyboard tray and left/right mouse trays with mouse holder Literature Review SC 9 Must have front handles for steering of the cart and handle on rear of
cart Literature Review SC 10 Must have height adjustable Monitor mount with tilt/swivel capability for optimal viewing Literature Review SC 11 Must have cart footprint no greater than 16"
x 18" Literature Review SC 12 Must have minimum 3-year standard warranty that includes Parts/Labor and Next Business Day Onsite Service Literature Review SC 13 Must have (4) casters - (2)
locking and (2) directional Literature Review SC 14 Must have optional drawer storage for carts Literature Review SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION VENDOR S PROVIDE PAGE #
WHERE EACH SC IS MET IN YOUR TECHNICAL LITERATURE DOCUMENT TITLE PAGE # CLINS 0005 ACMi cart and CLIN 0011 ACMi Accessories apply to the following SC s: SC 1 Must have PC/Laptop
Compartment Literature Review SC 2 Must have expansive work surface at least (16"D x 28"W), with option for extra pull-out work surface space Literature Review SC 3 Must have base
dimensions/footprint +/- One inch. 24"D x 38"W x 43"H Literature Review SC 4 Must have keyless auto relocking lock system Literature Review SC 5 Must have keypad - for unlocking/relocking
cart and a battery status indicator Literature Review SC 6 Must have a stow-away keyboard tray with left/right mouse trays and mouse holder Literature Review SC 7 Must have handle(s) for
steering of cart Literature Review SC 8 Must have monitor mount allowing tilt/swivel movement and 75mm/100mm VESA hole pattern Literature Review SC 9 Must have at least 10 tiers of
available main storage space and 10 tiers of available utility storage space: storage options shall include drawers at 3", 6", 9" height +/- 1 for main and utility storage space, 2-tier,
and 3-tier exchangeable cassettes w/ individual patient bins (5.5"w or 8"w) Literature Review SC 10 Must have minimum 3 years standard warranty that includes Parts/Labor and Next Business
Day Onsite Service Literature Review SC 11 Must have (4) casters - (2) locking and (2) directional Literature Review 3. PRODUCT REMOVAL OR RECALL The FDA encourages companies to be Recall
Ready by developing recall policies and procedures that include training, planning, and record-keeping to reduce the time a recalled product is on the market and limit the public s
exposure to risk. For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required
removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer agrees to take following steps immediately: Notify the Contracting Officer (CO) at the
Strategic Acquisition Center in writing, by the most expeditious manner possible. Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and
Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following: (1) Complete item description and/or
identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation; (2) Reasons for modifications, removal or recall; and (3)
Necessary instructions for return for credit, replacement or corrective action. A copy of the notification will be provided to: Manager, Product Recall Office National Center for Patient
Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106 4. DATA RIGHTS Commercial license agreements may be made a part of this Contract/Order but
only if both parties expressly make them an addendum hereto, as permitted by FAR 12.212. If the commercial license agreement is not made an addendum, it shall not apply, govern, be a
part of or have any effect whatsoever on the Contract/Order; this includes, but is not limited to, any agreement embedded in the computer software (clickwrap), any agreement that is
otherwise delivered with or provided to the Government with the commercial computer software or documentation (shrinkwrap), or any other license agreement otherwise referred to in any
document. If a commercial license agreement is made an addendum, only those provisions addressing data rights regarding the Government s use, duplication and disclosure of data (e.g.,
restricted computer software) are included and made a part of this Contract/Order, and only to the extent that those provisions are not duplicative or inconsistent with Federal law,
Federal regulation, the incorporated FAR clauses and the provisions of this Contract/Order; those provisions in the commercial license agreement that do not address data rights regarding
the Government s use, duplication and disclosure of data shall not be included or made a part of the Contract/Order. Federal law and regulation including, without limitation, the
Contract Disputes Act (41 U.S.C. § 7101 et seq.), the Anti-Deficiency Act (31 U.S.C. § 1341 et seq.), the Competition in Contracting Act (41 U.S.C. § 3301 et seq.), the Prompt
Payment Act (31 U.S.C. § 3901 et seq.), Contracts for Data Processing or Maintenance (38 USC § 5725), and FAR clauses 52.212-4, 52.227-14, 52.227-19 shall supersede, control, and
render ineffective any inconsistent, conflicting, or duplicative provision in any commercial license agreement. In the event of conflict between this clause and any provision in the
Contract/Order or the commercial license agreement or elsewhere, the terms of this clause shall prevail. The Contractor shall deliver to the Government all data first produced under
this Contract/Order with unlimited rights as defined by FAR 52.227-14. Claims of patent or copyright infringement brought against the Government as a party shall be defended by the U.S.
Department of Justice (DOJ) in accordance with 28 U.S.C. § 516; at the discretion of DOJ, the Contractor may be allowed reasonable participation in the defense of the litigation. Any
additional changes to the Contract/Order must be made by modification (Standard Form 30) and shall only be made by a warranted Contracting Officer. Nothing in this Contract/Order or any
commercial license agreement shall be construed as a waiver of sovereign immunity. The following attachments are incorporated by reference. All criteria outlined in the attachments are
applicable to this combined synopsis/solicitation.