DOCUMENT
65 -- 553-17-2-063-0027 equip nd 6/22 - Attachment
- Notice Date
- 6/15/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
- ZIP Code
- 49037
- Solicitation Number
- VA25017Q0744
- Response Due
- 6/21/2017
- Archive Date
- 8/20/2017
- Point of Contact
- Brooke Hansen
- Small Business Set-Aside
- N/A
- Description
- Page 3 of 3 (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, 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. (ii) The solicitation number is VA250-17-Q-0744 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95 (Effective January 13, 2017). (iv) The North American Industry Classification System (NAICS) code is 334516, and the size standard is 1,000 employees. (v) The contractor shall supply the following BodyGuard brand-name or equal Epidural Infusion pump items/quantities: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 EPIDURAL INFUSTION PUMP KIT, BODYGUARD 545 COLOR VISION SYSTEM 8.00 EA $__________ $_________ 0002 LOCKBOX 8.00 EA $__________ $__________ 0003 COLOR VISION BOLUS CABLE 8.00 EA $__________ $__________ 0004 COM SOFTWARE KIT - INCLUDES POLE-MOUNT CHARGER WITH RS232 PORT, POWER CORD, DATA CABLE, AND COLOR VISION SOFTWARE LOCAL STOCK NUMBER: COMM CVP 1.00 EA $__________ $__________ 0005 SOFTWARE LICENSE AGREEMENT 8.00 EA $__________ $__________ 0006 TRADE IN 7 Hospria GemStar Infusion Pumps- Serial Numbers will be available upon award 7.00 EA N/C $0.00 GRAND TOTAL $__________ Salient Characteristics The epidural pump must have patient controlled epidural analgesia functionality. The epidural pump system must be compatible with the following drugs: bupivacaine, hydromorphone, and morphine. This list is not meant to be all inclusive. The epidural pump requires tubing with yellow stripe and WITHOUT additional injection ports on the tubing, to prevent inadvertent administration of other drugs by the epidural route. The tubing supplied will have universal luer lock connection tip so that standard medication syringes (50 or 60 ml size) with luer lock connection will be compatible. A separate custom syringe or syringe with integrated tubing will not be required or will be included at no cost to the facility. Pump system that does not use a cassette system. Pump system that will use epidural bags between 100 ml and 250 ml size. No custom administration supplies requires other than epidural specific tubing. Precise infusing rate at +2.5% accuracy. Resistant to fluid and dust ingress to ensure longer equipment life. Impact resistant housing. Lockbox and accessories to allow controlled substances to be secured. Ability to program multiple preset infusion rates. Know-at-a-glance infusion parameters with a large screen central display. Simple, straightforward, easy-to-read, color touch screen. (vi) To be technically acceptable the products quoted shall be brand name or equal to the items listed above and meet or exceed the salient characteristics. If quoting or equal items, contractor shall submit detailed documentation showing how the items meet or exceed the Bodyguard products listed. (vii) Contractor shall deliver the flow cytometer FOB Destination to the Detroit VA Medical Center, 4646 John R Street, Detroit, MI 48201 within thirty (30) days after receipt of order. (viii) 52.212-1 Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors shall e-mail complete quotes to Brooke.Hansen@va.gov no later than 4:00 PM EST on Wednesday, June 21, 2017. Responses shall be on an all or none basis; no partial submissions will be accepted. No grey market or refurbished items. The Government reserves the right to make no award in response to this RFQ. FAR 52.204-22 and 52.211-6 apply. (ix) 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a 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. A firm fixed price, best value award will be made utilizing the following evaluation factors: Technical, Socio-Economic Status, Price, and Past Performance. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.203-99, 52.219-28, and 52.232-40; VAAR 852.203-70, 852.211-73, 852.232-72, 852.246-70, and 852.246-71. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-33. (xiii) N/A (xiv) N/A (xv) OFFERS ARE DUE Wednesday, June 21, 2017, by 4:00 PM EST by e-mail at Brooke.Hansen@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. (xvi) Point of contact for this solicitation is Brooke Hansen Contracting Officer, Brooke.Hansen@va.gov. All questions must be submitted in writing, no phone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA25017Q0744/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-0744 VA250-17-Q-0744.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3586931&FileName=VA250-17-Q-0744-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3586931&FileName=VA250-17-Q-0744-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0744 VA250-17-Q-0744.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3586931&FileName=VA250-17-Q-0744-001.docx)
- Record
- SN04546155-W 20170617/170615235405-00004a6e70fbf5ebd7a72380d8afa2b8 (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 |