Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2008 FBO #2251
SOLICITATION NOTICE

65 -- Bronchus System and Accessories

Notice Date
1/23/2008
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RQ-0127
 
Response Due
1/24/2008
 
Archive Date
3/24/2008
 
Point of Contact
Contact Bridget Purdy (612) 467-3298 bridget.purdy@va.gov
 
E-Mail Address
Email your questions to Contract Specialist
(bridget.purdy@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a SOLE SOURCE 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 only solicitation. Quotations are NOT being requested and a separate written request for quotations will not be issued. Under Statutory Authority 41 U.S.C. 253(c) (1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with SuperDimension, Inc. of Plymouth, MN for a Bronchus System. The Government believes that SuperDimension, Inc. is the only FDA approved source that will meet the agency's needs. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-08-RQ-0127 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as a 100% small business set-aside, North American Industry Classification System (NAICS) code is 423450 (size standard in number of employees is 100) applies to this solicitation. (v) This requirement consists of five line items: Line Item 0001: Bronchus System, includes Planning Software, Procedure Software, Configured Premium Planning Laptop, 521MB USB Flash Drive, Configured PC Processor, Isolation Transformer, Location Board, Two (2) Locatable Guide Connecting Cables, Two (2) Location Board Connecting Cables, Two (2) Patient Sensor Cables, Flat Panel Touch Screen, Location Amplifier, Location Processor, Power Supply, Foot Switch, Two (2) IR Remote Controls, Keyboard, Mouse, User Manual, Custom Cart, Pre-Installation, Installation and Application Training, product no. AAS00016-01 Qty: 1 Line Item 0002: Locatable Guide (LG) Kit, product no. AKI00017-01 Qty: 10 Line Item 0003: Patient Patches, product no. AKI00024-01 Qty: 1 Line Item 0004: B-scope Clip, product no. AKI00076-01 Qty: 3 Line Item 0005: OLYMPUS B-scope Adapter, product no. AKI00074-01 Qty: 3 (vi) The FDA approved Bronchus System will provide electromagnetic navigation and guidance to distant regions of the lungs in a minimally-invasive manner. This enables physicians to diagnose benign and malignant lung lesions as well as mediastinal lymph nodes at earlier stages enabling treatments decisions sooner. With this system, physicians are able to locate small lesions in the distant regions of the lungs previously inaccessible with conventional bronchoscopy tools. (vii) Delivery and acceptance of deliverables will be FOB destination within 60 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.233-71 Alternate Protest Procedure; 852.236-76 Correspondence; 852.270-1 Contractor Responsibilities; 852.270-4 Commercial Advertising. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price 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: a)Technical Capability to meet the Governments Requirements; b) Past Performance: REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE SYSTEM (CPS) (a) As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, the Contractor Performance System (CPS), which is maintained by the National Institutes of Health (NIH). The CPS database information is shared with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. (b) Each contractor whose contract award is estimated to exceed $100,000 is required to register with the NIH CPS database at the following web address: https://cpscontractor.nih.gov. Help in registering can be obtained by contacting CPS Support E-mail (cps-support-l@list.nih.gov) or by calling (301) 451-2771. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the contractor's registered representative. (c) For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor's performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPS to the contractor's designated representative for comment. The contractor representative will have thirty days to submit any comments and re-assign the report to the VA contracting officer. (d) Failure to have a current registration with the NIH CPS database, or to re-assign the report to the VA contracting officer within those thirty days, will result in the Government's evaluation being placed on file in the database with a statement that the contractor failed to respond; and c) Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The provision at 52.216-1, Type of Contract, applies to this solicitation. The government contemplates award of a (Firm Fixed Price) contract resulting from this solicitation. (xii) The provision 52.225-18, Place of Manufacture, applies to this solicitation. (a) "Manufactured end product" means any product in Federal Supply Classes (FSC) 1000-9999 except - (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Addictive Metal Materials. "Place of Manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For Statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly: (1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside of the United States); or (2) Outside of the United States. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xiii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 25.233-4 Applicable Law for Breach of Contact Claim; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) There are no applicable Numbered Notes that apply. (xvii) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE MONDAY January 28, 2008, by 3:30 p.m. central standard time. (xviii) Submit faxed quotation to - Bridget Purdy (612) 467-3298 with signed original forwarded by mail to: Bridget Purdy, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 136, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf files may not be transmittable. Contact Bridget Purdy at 612-467-3298 for more information regarding this solicitation.
 
Place of Performance
Address: VA Medical Center, Minneapolis;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
Country: USA
 
Record
SN01490833-W 20080125/080123224009 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.