Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
DOCUMENT

65 -- Stryker Neptune 3 Rover System and Docking Station - Attachment

Notice Date
6/28/2017
 
Notice Type
Attachment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0746
 
Response Due
7/7/2017
 
Archive Date
9/5/2017
 
Point of Contact
Seth Mercil
 
E-Mail Address
ercil@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ VA259-17-Q-0746: Neptune Rovers and Docking Station This is a Request for Quote (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The North American Industrial Classification System (NAICS) code for this procurement is 562211 with a small business size standard of $38.5 M. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Businesses. Department of Veterans Affairs, Network Contracting Office 19, is soliciting offers from Service Disabled Veteran Owned Small Businesses (SDVOSBs) to supply the George E. Wahlen VA Medical Center with new Neptune Rovers and Docking Station Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. Solicitation and evaluation of offers are to be in accordance with (IAW) VAAR 852.211-73 and FAR 52.211-6: Brand Name or Equal. Questions are due by Wednesday, July 5th at 5:00 PM EST. Quotes are due by Friday, July 7th, 2017 at 5:00 PM EST. CLIN DESCRIPTION PRODUCT # QUANTITY UNIT UNIT PRICE AMOUNT 0001 Stryker Neptune Rover See Below 4 EA 0002 Neptune Rover Docking Station See Below 1 EA Salient Characteristics: Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed below; Purpose The purpose of this requirement is to deliver and install Stryker Neptune Rovers as part of the outfitting of the George E. Wahlen VA Medical Center, located at 500 Foothill Drive, Salt Lake City, UT 84148.. Scope The Contractor shall deliver and install all items listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 ITEM specifications and Salient Characteristics 2.5.1. EIL 203 Stryker Neptune 3 Rover (120V) Quantity: 4 Specifications/Salient Characteristics Accessories/Configuration Options: Control Panel and user interface: Easy-to-learn graphical user interface Simplicity mode, a one-touch solution that presents only the controls that are used most often Transducer centerline and onscreen centerline provides visual guidance for out of plane needle guidance procedures Sealed, easy to clean, tempered glass surface 17 inch high resolution color monitor mounted on fully articulating arm with tilt and swivel Alphanumeric QWERTY keyboard 3 TGCs 5 USB flash drives on system Internal DVD RW drive iSCAN control for 2D/Doppler/color Doppler automatic optimization AutoSCAN control for 2D continuous and automatic optimization Quick Keys Transducer selection and tissue specific imaging control Sleep Mode allows the user to save battery power when not in use Exam Protocols System Architecture: Next generation all-digital compact broadband beamformer with pulse shaping capability. High resolution A/D conversion with 170 dB full-time system dynamic range. 20,000 digitally-processed channels. Supports PureWave technology. Multi-variate harmonic imaging including pulse inversion processing. One-touch 2D optimization with broadband frequency compounding. SonoCT real-time beam-steered compound imaging. Part # Description Qty Each Price Advanced XRES adaptive image processing. iSCAN one-touch intelligent optimization for 2D and Doppler (if Doppler is purchased). AutoSCAN-No touch continuous intelligent optimization for 2D. Active native data manipulation. Simplicity Mode-one-touch simplified control panel. Advanced Imaging Control-allows the flexibility to turn on advanced controls for imaging. Windows Embedded Standard 7 Operating System Imaging modes: 2D M-mode (real-time M-mode) Anatomical M-mode Color M-mode Color Power Angio (CPA) imaging Color compare mode Dual mode 2D and flow optimization signal processing Intelligent Doppler automatically maintains pre-selected 0/60 degree flow angle Live compare Tissue harmonic imaging (THI) High definition write zoom Trapezoidal imaging Pulse inversion harmonic imaging Active native data (allows manipulation of raw image data) Optional - Pulsed wave (PW) Doppler Optional - Continuous wave (CW) Doppler Optional - Pulsed wave tissue/color Doppler imaging Optional - Needle visualization enhances viewing of the needle to assist the user in guiding the needle to the target anatomy 2.5.2. Neptune 2 Docking Station (120V) Quantity: 1 DELIVERY AND INSTALLATION Coordination: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The On-Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: ARO 30 days The Contractor shall contact the On-Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the George E. Wahlen VA Medical Center, Salt Lake City, UT 84148. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacture s name marked thereon. Deliveries shall be marked with the PO and contract number. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install will be disclosed upon award. INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. The Contractor shall confirm site safety requirements with the On-Site Point of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation, Maintenance Manuals and Training Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors.. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. Acceptance: Equipment once delivered will be inspected by the VA for completeness of order and for any damage/defect to the equipment before full payment will be released. Equipment Condition: Any award made as a result of this solicitation will be made on an All or Nothing Basis. All Items being solicited (Products and/or Receivables as appropriate) must be of New Manufacture; New Equipment ONLY. NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. SAM Requirement: This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Commercial Items Terms and Conditions: The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial, Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Literature that provides details of how the Contractor's Equipment meets the required salient characteristics (2) Price. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. All Items being solicited (Products and/or Receivables as appropriate) must be of New Manufacture; New Equipment ONLY. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Any award made as a result of this solicitation will be made on an All or Nothing Basis. SDVOSB Offerors must be verified in VIP: https://www.vip.vetbiz.gov/. Unverified SDVOSBs will be considered non-responsive. 52.212-2, Evaluation--Commercial Items, The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the technical quote of the lowest priced Offeror only. If the lowest priced Offeror s technical quote is determined to be rated as Acceptable, the Government may make award to that Offeror without further reviews of the remaining Offerors technical quotes. If the lowest priced Offeror s technical quote is determined to be rated as Unacceptable, then the Government may review the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be rated as Acceptable. The government reserves the right to award without discussions. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02); 52.204-7, System for Award Management; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors- Commercial Items; 52.219-1, Small Business Programs Representations (Oct 2014); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR Clauses are to be incorporated by reference: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02); 52.212-4, Contract Terms and Conditions--Commercial Items; 52.204-18, Commercial and Government Entity Code Maintenance; 52.247-34, F.O.B. Destination The following VAAR Clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.211-70, Service Data Manuals, Mechanical Equipment; 852.211-73, Brand Name or Equal; 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection 852.246-70, Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacturers Commercial Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0746/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0746 VA259-17-Q-0746.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3621852&FileName=VA259-17-Q-0746-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3621852&FileName=VA259-17-Q-0746-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: George E Wahlen VA Medical Center;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148
 
Record
SN04560783-W 20170630/170628234635-8ffe919b51374b81a7fac4efabf1b21f (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.