This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, entitled Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are applicable and in effect through Federal Acquisition Circular (FAC) 2025-03 (effective 01/17/2025, including FAR Deviations FEB 2025 CAAC Letters 2025-01/02 (effective 02/18/2025). This procurement is a Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Eligibility requires that: 1. The vendor must be identified as a certified Service-Disabled Veteran-Owned Small Business (SDVOSB) in the Small Business Administration (SBA) certification database, which can be found on the Dynamic Small Business Search (DSBS) website: https://dsbs.sba.gov/search/dsp_dsbs.cfm. 2. The vendor must meet the small business size standard requirement for the applicable North American Industry Classification System (NAICS) code for this procurement. The associated NAICS code for this procurement is 339112 (Surgical and Medical Instrument Manufacturing), with a small business size standard of 1,000 employees. The applicable Federal Supply Classification (FSC) / Product Service Codes (PSC) is 6530 (Medical Equipment and Accessories and Supplies). The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Tomah VA Medical Center, located at 500 E. Veterans Street, Tomah, WI 54660-3105, has a requirement for hospital-grade mobile shower commode chairs. These new chairs are intended to replace the aging polyvinyl chloride (PVC) shower/hygiene chairs currently used in inpatient units and the community living center. The Government's requirement is for brand name or equivalent Tango Shower-toilet chairs manufactured by Lopital. The purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in this solicitation. Unless the offeror clearly identifies in its offer that the product being offered as an "equal" product, quotes shall be provided for the brand name product referenced in this solicitation. Replacement chairs must meet the salient characteristics listed below. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Tango Shower-toilet chair (MPN: 5100 5700) Minimum weight capacity 400 pounds Minimum seat height 20.5 inches Minimum seat depth 17 inches Maximum overall width 26 inches (including wheels and push handles) (4) swivel wheels 25 EA 0002 Tango XL Shower-toilet chair (MPN: 5100 5705) Minimum weight capacity 550 pounds Minimum seat height 20.5 inches Minimum seat depth 18.5 inches Maximum overall width 27.5 inches (including wheels and push handles) (1) directional wheel to make pushing the patient easier 11 EA 0003 Plastic PVC bedpan and lid (MPN: 6950 1104) 36 EA 0004 Spacers 2 cm (risers) (MPN: 7500 5693) Minimum 1-inch 44 EA Salient Characteristics Stainless steel frame with powder coating Closed cell foam padding on the seat, backrest and armrests Fit over standard height toilets Bedside commode with the use of an insert (bedpan or a disposable alternative) Removable seat pan Pivot armrests Swing away and removable footrests Four caster wheels of at least 4 inches with brakes Expected operational lifetime of 7-10 years Minimum 2-year warranty The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the delivery of assembled chairs. Delivery Schedule - Delivery of the chairs will be required within 60 days of contract award. - Delivery hours are 8:00 am 3:30 pm. - Advance notice of shipment is required at least 5 days prior to shipping. Anticipated shipment date must be provided to the on-site point of contact and the contracting officer. Recognized U.S. Holidays - New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Juneteenth, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. - If a holiday falls on Sunday, it is observed on Monday. Contractor Conduct - The contractor and contractor representatives must conduct themselves in a professional manner, respecting patient care and privacy at all times. Place of Delivery Address: Tomah VA Medical Center 500 E. Veterans Street Tomah, WI Postal Code: 54660-3105 Country: UNITED STATES The full text of the Federal Acquisition Regulation (FAR) and the Veterans Affairs Acquisition Regulation (VAAR) provisions or clauses can be accessed electronically at the following websites: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/vaar The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023). Refer to Attachment 1: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023). FAR 52.204-7, System for Award Management (NOV 2024). FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020). FAR 52.204-20, Predecessor of Offeror (AUG 2020). FAR 52.211-6, Brand Name or Equal (AUG 1999). FAR 52.214-21, Descriptive Literature (APR 2002). FAR 52.225-18, Place of Manufacture (AUG 2018). VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). End of Addendum to FAR 52.212-1. FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021). Refer to Attachment 2: ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023). Refer to Attachment 3: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. FAR 52.204-13, System for Award Management Maintenance (OCT 2018). FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020). VAAR 852.203-70, Commercial Advertising (MAY 2018). VAAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018). VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023). VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION). Refer to Attachment 4: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (NOV 2022). VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018). VAAR 852.242-71, Administrative Contracting Officer (OCT 2020). VAAR 852.246-71, Rejected Goods (OCT 2018). VAAR 852.247-74, Advance Notice of Shipment (OCT 2018). End of Addendum to FAR 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025). Refer to Attachment 5: TAILORED FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Gray Market and Counterfeit Items The provision of used, refurbished, or remanufactured supplies or equipment/parts is prohibited. This procurement is exclusively for new Original Equipment Manufacturer (OEM) items. The vendor must be an OEM, an authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment. Verification must be provided through an authorization letter or other documentation from the OEM. All warranty and service associated with the equipment shall comply with OEM terms and conditions. Descriptive Literature Descriptive literature must be included with the offeror's quote to demonstrate the product's characteristics, construction, or operation. This literature is required to establish the detailed aspects of the product offered, as specified elsewhere in the solicitation, for purposes of evaluation and award. Place of Manufacture The offeror shall indicate whether the place of manufacture of the end products offered in response to this solicitation is predominantly within the United States or outside the United States. The place of manufacture refers to where an end product is assembled from components or otherwise made or processed from raw materials into the final product provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not considered the place of manufacture. Invoicing The Contractor shall submit invoices online, inclusive of all backup data, to the VA's Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) utilizes a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Contractors may begin submitting electronic invoices at no cost by visiting http://www.tungsten-network.com/US/en/veterans-affairs/. Additional information is available at http://www.fsc.va.gov/einvoice.asp. Instructions for Offer Preparation When preparing offers or quotes in response to this solicitation, offerors should refer to the following attachments: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS. These sections contain specific instructions, guidance, formatting, and exact requirements for submitting a complete and responsive offer or quote. Incomplete or non-responsive offers/quotes will not be considered for a contract award by the contracting officer. Required Representations and Certifications Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations and Certifications Commercial Products and Commercial Services." If paragraph (j) of the provision is applicable, a written submission is required. Eligibility for Award VAAR 852.219-73 is included in this solicitation and references the SBA certification database at https://veterans.certify.sba.gov/. However, the website portal at the foregoing link is now static and no longer updated as of August 2024. To be eligible for award, a vendor must be listed as SDVOSB certified in the SBA certification database (under Government Certifications) found at the Dynamic Small Business Search website: https://dsbs.sba.gov/search/dsp_dsbs.cfm. Basis for Award Award will be made based on a comparative evaluation of quotes in accordance with FAR Part 13 Simplified Acquisition Procedures. Comparative evaluation entails a side-by-side comparison of quotes based on the following evaluation factors, resulting in a contracting officer's decision for the quote most favorable to the Government: Technical Specifications and Compliance with Requirement Warranty/Extended Warranty Speed of Delivery Price The award will be made to the response most advantageous to the Government. Responses should contain the offeror's best terms and conditions. The Government reserves the right to select a response that provides benefits exceeding the minimum requirements. The Government is not required to select a response that exceeds the minimum. Responses may exceed the stated requirements, but each response must at a minimum meet the solicitation requirements. Submission of Quotes To facilitate the award process, all quotes must include a statement regarding the terms and conditions as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: [list exception(s) and rationale]." Quotes must be submitted no later than 5:00pm on May 28, 2025. Responses should be sent to the Contracting Officer, Stacy Massey, at Stacy.Massey@va.gov. Late submissions shall be treated in accordance with FAR 52.212-1(f). Questions and Concerns Any questions or concerns regarding this solicitation should be forwarded in writing via email to the point of contact listed below: Point of Contact: Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov