Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 10/01/2025. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 337920-Blind and Shade Manufacturing, with a small business size standard of 1,000 employees. The FSC/PSC is 7230-Draperies, Awnings and Shades. The New Jersey VAMC is seeking to purchase additional disposable curtains for the Toms River clinic. All interested companies shall provide quotations for the following: Supplies/Services Salient Characteristics required: Initial Install and Products Part Number Description Quantity 548 It's a Snap Disposable Curtains Fabric: ARCHITEX : DRx 1006 Color: EQUILIBRIUM Hybrid. It's a Snap Disposable Panels, panels measure 66 x 66 24.00 Case-30 354-66-1 It's a Snap Mesh 24" White - 66 WIDTH (1 panel). Linear FEET of Inherently Fire Retardant CUBE CARE POLYESTER MESH for cubicle curtains with IT'S A SNAP System Mesh Size: 24" Height x 66" Width Independent Mesh, Color: White Mesh with White Snap Caps 195 ea CCSC1 Spool Carriers CUBE CARE Deluxe Universal Spool type carriers feature self lubricating body, with metal chain and hook. They work with Cube Care Classic Tracks and most standard industry tracks. Sold in pack of 100. 12.00 Case-100 For Inventory Management (6-month supply) Part Number Description Quantity 548 It's a Snap Disposable Curtains Color: ARCHITEX : DRx 1006 Color: EQUILIBRIUM Hybrid. It's a Snap Disposable Panels, panels measure 66 x 66 8.00 Case-30 354-66-1 It's a Snap Mesh 24" White - 66 WIDTH (1 panel). Linear FEET of Inherently Fire Retardant CUBE CARE POLYESTER MESH for cubicle curtains with IT'S A SNAP System Mesh Size: 24" Height x 66" Width Independent Mesh, Color: White Mesh with White Snap Caps 195 ea STATEMENT OF WORK IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY The requiring activity is for the Department of Veterans Affairs (VA), the VA New Jersey Health Care System (VANJHCS) Toms River VA Clinic. INTRODUCTION The utilization of cloth curtains has become an outdated standard at VANJHCS medical centers, especially VA clinics. Due to the supply of cloth curtains in the hospitals and clinics, there has been an area of concern revolving around whether cloth privacy curtains can not only meet the supply and demand of patient care, but also meet the updated standards of medical environments-imposed nation- and industry-wide. Current cloth curtains have led to issues in the ability to keep up with the supply and the growing demand of needs in the Toms River VA Clinic. Ordering, maintaining, and laundering have shown to be troublesome to not overwhelm staff and to upkeep specified quotas. In addition, laundering cloth curtains have led to loss property and has created a financial burden to reallocate funds for lost and/or damaged curtains. Furthermore, the use of cloth privacy curtains has affected the extent of which personnel is able to turn down and release rooms for patients. Safety concerns for both patients and VA personnel are another con to the current use of cloth curtains. Hospital privacy curtains are prone to be frequently exposed and contaminated with healthcare associated infections (HAIs). In instances where proper protocol is not followed, the potential of transmission increases exponentially by healthcare workers and other patients who succeed in the affected area. The purpose of this procurement request is to obtain disposable privacy curtains at the VANJHCS Toms River Clinic. By standardizing disposable instead of cloth curtains, the Veteran and employee experience will improve due to elements of infection prevention and safety. Exam Room management will also vastly improve due to the decreased amount of time required to properly dispose of disposable curtains allowing patients and personnel to reduce backlog and allocate attention elsewhere in the medical center. * Solicitation Uses Specified Vendor * DESCRIPTION OF THE ACTION BEING APPROVED This action is to request the approval for a firm-fixed price, brand-name only contract for the purchase of Cube Care It s a Snap Disposable Privacy Curtain System consisting of disposable privacy curtains, mounting hardware and installation services. This procurement is in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still DESCRIPTION OF SUPPLIES REQUIRED Contractor shall provide the following salient characteristics for the disposable privacy curtains. Curtain panels attach to a quick release, privacy curtain snap systems which do not require the use a ladder. Curtains shall be changeable within seconds without the need for additional tools. Installation / conversion kits work with existing curtain track at the VANJHCS Toms River Clinic. Check measure required for accurate measurements. Time Strip and Label on each curtain for regulatory compliance. Each curtain panel has snaps the entire length of panel, including (1) plastic bottom snap that joins together two paenels, to create full privacy when multiple panels are in use. Curtains are to be fire retardants and shall meet the requirements of the NFPA 701 Testing Standard ((2010 Edition, Method 1). Non-woven Polypropylene, treated with Anti-Microbial 100% Recyclable. Assembled in the USA. Contractor shall provide the following salient characteristics for the indicator window. Each panel shall have an indicator window to allow staff to clearly see how long the curtain has been in use and if it requires replacing. Indicator window shall be activated with simple finger activation and shall gradually fill with color during the recommended life of the curtain. Indicator window shall be available for periods of three or six months as the situation requires. Contractor shall provide the following salient characteristics for the privacy curtain installation kit. The quick release system shall consist of clear polypropylene rods, gray nylon housings, nylon spring latches, polypropylene tumblers, and steel D-rings. Rods shall be custom cut to maintain consistent according to ceiling height to maintain the 18" clear below the ceiling fire sprinkler plane and 12" minimum distance from floor to bottom edge of panel. Each privacy curtain panel shall be shipped and installed in original, recyclable plastic sleeve for infection control. Each panel shall have a minimum often carriers spaced at a maximum of 11.5" on center. Each panel shall ship with quick release system hardware and replacement key in place ready for installation. Warranty: Manufacturer shall warrant and imply that the items delivered here under are merchantable, fit for use for the particular purpose and will be free from defects in material and workmanship for a period of one year from the date of delivery. Contractor will replace all parts found defective within the period with cost of replacement, including any shipping costs, to be borne by the Contractor. Under no circumstance will any equipment covered by the guarantee be returned without (a) advance written notice to the contractor or (b) obtaining shipping instructions from the Contractor. Field Verification Prior to submitting the order of supplies, the manufacturer should attend a field verification to confirm the number of par levels that are necessary for isolation changes within the different departments of the hospital. Identify areas where other than facility standard track is installed and provide list to designer to allow time for track replacement before installation begins. Ascertain what furnishings must be moved to safely install system and inform designer. Installation Price of initial installation shall be included in the vendors bid/pricing. Shall not commence until all required product is received and until any unsatisfactory conditions have been corrected. Post award measurements are required to be taken by the vendor. Measurements provided are approximate based on drawings. Shall be installed on existing track in accordance with approved manufacturer's recommendations. Each privacy curtain panel shall be shipped and installed in original, recyclable plastic sleeve for infection control. Installer to remove protective sleeve and all packaging from VA premises. Installer to remove all existing cubicle curtains from Toms River VA Clinics (Quantity 67), pre-spot all curtains for stain removal, launder, and return cleaned curtains in Sealed plastic to Lyons VA Medical Center OPERATING CONSTRAINTS The installation of the privacy curtains and track will have to be scheduled with the NJVAHCS Environmental Management Service based on the time that the clinical team believes will be least disruptive to our patients. Place of Performance/Place of Delivery Address: 151 Knoll craft rd Postal Code: 07939 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions and clause apply to this acquisition: 52.212-4 Contract terms and conditions-Commercial products and Commercial services. 52.212-5 Contract terms and conditions required to implement statutes or executive orders-Commercial products or Commercial services. 52.240-91 Security prohibitions and exclusions. 852.219-73 VA Notice of total set aside for certified Service Disabled Veteran Owned small businesses. 852.219-76 VA notice of limitations on subcontracting-certificate of compliance for supplies and products. 852.232-72 Electronic submission of payment requests. 852.242-71 Administrative Contracting Officer 852.247-73 Packing for domestic shipment 52.252-2 Clauses incorporated by reference FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 52.212-3 Offeror representations and certifications-commercial products and commercials services. 52-216-1 Type of Contract 52.240-90 Security prohibitions and Exclusions Representations and certifications. 52.252-1 Solicitation provisions Incorporated by Reference Contract Clauses All quoters shall submit the following: Quotes that itemize and list all requirements according to statement of work and include all items and onsite delivery and installation. All quotes shall be sent to the Contracting Officer-Lorraine Hussain emailed only to Lorraine.Hussain@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. [CO will include basis of evaluation in the quote/offer, e.g., Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.] FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services. The following are the decision factors: The quote that meets the combined synopsis requirements and the best value to the government as well as delivery and install timelines. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services . To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 03/16/2026 at 3pm Eastern Standard time emailed to Lorraine.Hussain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contracting Officer Lorraine Hussain, Lorraine.Hussain@va.gov