Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
DOCUMENT

66 -- Blood Gas Analyzers - Attachment

Notice Date
1/28/2015
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;201 Hay Street, Suite 304;Fayetteville NC 28301
 
ZIP Code
28301
 
Solicitation Number
VA24615Q0095
 
Response Due
1/23/2015
 
Archive Date
3/24/2015
 
Point of Contact
Dwayne Tillery
 
E-Mail Address
2-5212<br
 
Small Business Set-Aside
N/A
 
Description
i.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. ii. Solicitation VA246-15-Q-0095 is issued as a request for quotes using Simplified Acquisition Procedures pursuant to FAR Part 13. Written documentation will not be issued for this quote. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. It is the contractor's responsibility to be familiar with applicable clauses and provisions. iv. This requirement is Full and Open with no set- asides. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 500 employees. v. The VHA NCO 06 - Contracting Office requires the following Olympus "Brand Name Only" items. Salient Characteristics A)Functions to be performed: Blood gases and other analytes (tests) need to be able to be run in OR in a timely manner to be able to evaluate patients quickly and accurately during surgery. Blood gases and other analytes (tests) need to be able to be run by Respiratory in a timely manner to be able to evaluate inpatients with various respiratory conditions for treatment. B)Performance required for: 1.OR blood gases a.Must be able to perform test at point of care b.Need to have the two existing GEM 3500 blood gas analyzers in OR updated with two new GEM 3500's due to being out of warranty. Additional costs would be incurred for time and material for out of warranty instruments needing repair. c.Need to have existing GEM 3500 blood gas analyzers replaced with new GEM 3500's due to existing interface and data management systems in place that are unique to the GEM 3500's. It would be cost and time prohibitive to purchase and install new interface and data management systems that would be required with different instrumentation. d.New analyzers must have wireless capabilities for transmitting results to CPRS. This is an update that is needed to keep up with existing technology to provide timelier reporting of results and for the need for the analyzers to be mobile in OR rooms. e.Existing data management system has to be capable of monitoring and evaluating functions of the analyzers and multiple operators over all shifts and provide troubleshooting capabilities at a central location f.Need analyzers to have reagents that can be stored at room temperature due to limited refrigerator space and have reagents that require no shipment validation process. g.Analyzers must have minimal operator maintenance. h.Analyzer in OR must be able to provide results for blood gases, electrolytes, hemoglobin, ionized calcium, lactate, and glucose in a single sample. i.Analyzer must have continual auto QC and auto evaluation of QC and be able to lock out the analytes that do not pass. With the new 2016 IQCP requirements this is a must. 2.Respiratory Blood gases a.Must be able to be performed outside the main lab and Respiratory department b.Need to have the two existing GEM 4000 blood gas analyzers used by Respiratory updated with two new GEM 4000's due to being out of warranty. Additional costs would be incurred for time and material for out of warranty instruments needing repairs. c.Need to have existing GEM 4000 blood gas analyzers replaced with new GEM 4000's due to existing interface and data management systems in place that are unique to the GEM 4000's. It would be cost and time prohibitive to purchase and install new interface and data management systems that would be required with different instrumentation. d.Existing data management system has to be capable of monitoring and evaluating functions of the analyzers and multiple operators over all shifts and provide troubleshooting capabilities at a central location. e.Need analyzers to have reagents that can be stored at room temperature due to limited refrigerator space and have reagents that require no shipment validation process. f.Analyzers must have minimal operator maintenance g.Analyzer for Respiratory care must be able to provide results for blood gases, ionized calcium, lactate, and Coox results in a single sample. h.Analyzer must have continual auto QC and auto evaluation of QC and be able to lock out the analytes that do not pass. With the new 2016 IQCP requirements this is a must. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT PRICE AMOUNT Price/Cost Schedule Item Part NumberQTYUnitPriceTotal Price GEM 3500 Cartridges BG/HCT/LYTES/GLU/LAC 150 TEST IQM0002631508918EA GEM Premier 3500 Printer Paper000250005004EA CVP Multipak 4*5*2.5 ML000240015875EA PVP, BG, LYTES, Metabolites 20*2.5 ML00024015152 PVP CRIT000240015162EA GEM 4000 Cartridges BG/HCT/LYTES/G/L/CO-OX 150 TEST IQM0002741501024EA GEM 4000 Printer Paper000250005004EA GEM Premier 4000 Ampoule Breaker000250004504EA CVP 1 10*1.8 ML.000250001154EA CVP2 10*1.8 ML000250001254EA PVP B G, Lytes, Metbolites 20x2.5 ML00024001515 4EA Total ? Base and four option years YearDescription of Supplies/ ServicesQuantityUnitUnit PriceAmount Base YearGEM 3500 and 4000 portal, reagents, supplies.1YR Option Year 1GEM 3500 and 4000 portal, reagents, supplies. 1YR Option Year 2GEM 3500 and 4000 portal, reagents, supplies. 1YR Option Year 3GEM 3500 and 4000 portal, reagents, supplies. 1YR Option Year 4GEM 3500 and 4000 portal, reagents, supplies. 1YR Total vi. Minimum Specifications: The attached J&A supports"Brand Name Only" procurement pursuant to FAR 11.105 vii. The date of delivery is not more than 30 days after receipt of order (ARO) to Charles George VAMC, 1100 Tunnel Road, Asheville NC 28805; FOB Destination. Viii. The following clause are incorporated into 52.212-4 as an addendum. 52.217-9 Option to Extend the term of the Contract. 852-203-70 Commercial Advertising. 852.211-70 Service Data Manuals. 852.232-72 Electronic Submission of Payment Request. 852.246-70 Guarantee. 852.246-71 Inspection. (End of Addendum 52.212-4) ix. 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS Clauses 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 Officer will make their full text available. The following clauses are incorporated into 52.212-1 as an addendum to this contract: 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) 52.225-18 PLACE OF MANUFACTURE (SEP 2006) (a) Definitions. As used in this clause- " Manufactured end product" means any end 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, Additive 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 the United States); or (2) Outside the United States. (End of provision) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (Dec 2012) (End of Provision) (End of Addendum to 52.212-1) ix. 52.212-2, Evaluation - Commercial Items. The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror, whose quote is lowest price and technically acceptable. The Government reserves the right to issue an award without discussion. x. 52.212-3, Offeror Representations and Certifications - Commercial Items. The Contracting Officer will review the vendor's online certifications at http://sam.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award xi. 52.212-4, Contract Terms and Conditions - Commercial Items, is hereby incorporated by reference. xii. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109- 282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [X] (ii) Alternate I (NOV 2011). [X] (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (50) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) xiii. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. xiv. Offers are due February 02, 2015 at 3:00 PM EST xv. Questions regarding this requirement shall be email to dwayne.tillery@va.gov. Contracting Office Address: Department of the Veterans Affairs 201 Hay Street, Suite 304 Fayetteville, NC283061 Place of Delivery: Charles George VAMC 1100 Tunnel Road Asheville, NC 28805Point of Contact(s): Dwayne E. Tillery, Contract Specialist, Email Dwayne.tillery@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC565/FaVAMC565/VA24615Q0095/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-15-Q-0095 VA246-15-Q-0095_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835595&FileName=VA246-15-Q-0095-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835595&FileName=VA246-15-Q-0095-001.docx

 
File Name: VA246-15-Q-0095 BNOJ GEM Requirement .pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835596&FileName=VA246-15-Q-0095-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835596&FileName=VA246-15-Q-0095-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03626681-W 20150130/150128234908-56fcfb08c6691d4f449695453b6af2d4 (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.