Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2018 FBO #5972
DOCUMENT

65 -- Ultrasound Transducer Disinfeciton System - Attachment

Notice Date
3/29/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25018Q0543
 
Response Due
4/3/2018
 
Archive Date
6/2/2018
 
Point of Contact
Percy Johnson
 
E-Mail Address
7
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. The solicitation number is 36C25018Q0543 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated NAICS code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing. The Small Business Standard is 1,250 employees. This is a total Service Disabled Veteran Owned Small Business set-aside. The requirement is for acquisition of: Trophon EPR E8350NA 3 ea Trophon Printer E8350PA 3 ea Trophon Printer Paper E8350NG 3 ea Trophon Wall Mounting System E8350NG 3 ea Trophon Sonex HL 6 Bottles/Box E8350NJ 3 ea Trophon Chemical Indicator E8350NC 3 ea This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99,52.204-4, and 52.232-40 FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Lowest Priced Technically Acceptable The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate protest procedure 852.252-70 Solicitation provision or clauses incorporated by reference Quotes are to be emailed to Percy Johnson at percy.johnson2@va.gov, no later than 03 April 2018 1:00 p.m. EST Trophon EPR System STATEMENT OF WORK (SOW) as of 02/26/2018 The SOW must have an as of date. When SOWs are revised for modifications (after award) each revised SOW will have a new as of date. REMEMBER to delete all italicized text, contained within parentheses herein when completing your SOW. It is shown here for instructional purposes only and must not remain part of the final document. Requestor fills out red text and Contracting Officer fills out blue text. 1. Contracting Officer s Representative (COR : N/A 2. Contract Title: Trophon EPR System for Sterile Processing Service renovation areas. 3. Background. Sterile Processing Service is undergoing renovation of its reprocessing areas. The Trophon system adheres to the blueprint/design of the areas being renovated. The production of Trophon system will need to coordinate with Columbus VA ACC Project Manager, Contracting Officer, and COR representative. 4. Scope. Careful coordination is need between the vendor, Project Manager, Contracting Officer, and COR representative for a smooth transition of production, delivery, and install of Trophon system. 5. Specific Tasks. N/A 5.1 Task 1 - Enterprise Management Controls. 5.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions. 5.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract. 5.2 Task 2. N/A 5.2.1 Subtask 1. N/A 5.2.2 Subtask 2. N/A Deliverables: Deliveries will need to be coordinated with Columbus VA ACC Project Manager, Contracting Officer, and COR Representative. 6. Performance Monitoring As Determined by Contracting Officer 7. Security Requirements No maintenance or installation of a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System, VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed under this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 9. Place of Performance. Chalmers P. Wylie, VAACC, Department of Veteran Affairs 420 N. James Road Columbus Ohio 43219 Estimated Delivery Date: 06/01/2018 F.O.B.: Destination 12. Period of Performance. As determined by the Contracting Officer 13. Delivery Schedule. Describe the items to be delivered throughout the period of performance and at completion of the contract, if applicable. The delivery schedule format is as follows: SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Hospital Design A003/DI-MGMT-80347 Standard Distribution* Draft - 15 Final - 30 2 Monthly Status Report Contractor-Determined Format 2 Copies to COR; Letter Only to CO Monthly, on 5th Workday 3 Commissioning Report Contractor-Determined Format Standard Distribution* 180 4 Continue as needed to document all deliverables * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed. SOW Task# - State the task from Paragraph 5 of the SOW that requires this deliverable. Deliverable Title - State the title of the deliverable (e.g., Assessment Report, Integration Plan). Format - You may either provide Government-specified format or contractor-determined format. If no format is specified for a deliverable, that item will be delivered in contractor-determined format. Number - If you require a number of copies over and above that shown in the standard distribution, specify in this column (e.g., one electronic copy in Microsoft Word Office 2000 Version and one hard copy ). Calendar Days After Contract Start - For items that have a frequency, state the appropriate frequency (e.g., monthly on the 10th work day, or 10 calendar days after draft plan approved. Do Not use as required as a deliverable due date). ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Trophon EPR Trophon EPR - High level disinfection system for ultrasound probes. trophon protects patients and staff by delivering quality assured, eco-friendly transducer disinfection. Trophon is LOCAL STOCK NUMBER: E835ONA 3.00 EA Funding/Req. Number: 1 757-18-2-096-0098 0002 Introducing the Trophon Printer, th much anticipated automated documentation system designed for the Trophon EPR high-level disinfection solution by Nanosonics. The trophon Printer accurately records LOCAL STOCK NUMBER: E835OPA 3.00 EA Funding/Req. Number: 1 $1,858.14 757-18-2-096-0098 0003 TROPHON PRINTER PAPER LOCAL STOCK NUMBER: E835OPB 3.00 EA Funding/Req. Number: 1 757-18-2-096-0098 0004 TROPHON WALL MOUNT TROPHON EPR WALL MOUNTING SYSTEM AND WALL MOUNTING GUIDE LOCAL STOCK NUMBER: E8350NG 3.00 EA Funding/Req. Number: 1 757-18-2-096-0098 0005 TROPHON PRINTER WALL MOUNT LOCAL STOCK NUMBER: E835OPF 3.00 EA Funding/Req. Number: 1 757-18-2-096-0098 0006 TROPHON SONEX HL 6 BOTTLES/BOX (80 M. BOTTLES) TROPHON SONEX HL 6 80 ML BOTTLES/BOX SONEX - HL-HYDROGEN PERIOXIDE AQUEOUS SOLUTION FOR USE WITH TROPHON EPR DISINFECTION SYSTEM. CONTAINS 6 SEALED CAR LOCAL STOCK NUMBER: E835ONJ 3.00 EA Funding/Req. Number: 1 757-18-2-096-0098 0007 TROPHON CHEMICAL INDICATOR TORPHON IN-PROCESS CHEMICAL INDICATOR - 300 PER PACKAGE - TROPHON CI IS USED BY HEALTHCARE PROVIDERS TO CONFIRM THAT MINIMUM. EFFECTIVE CONCENTRATION OF DISINFECTANT IS DE LOCAL STOCK NUMBER: E850NC 3.00 EA Funding/Req. Number: 1 757-18-2-096-0098 GRAND TOTAL ***** End Word Document - 'FBO-DE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q0543/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0543 36C25018Q0543.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4188963&FileName=36C25018Q0543-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4188963&FileName=36C25018Q0543-000.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: Chalmer P. Wylie Ambulatory Care Center;420 N. James Rd;Columbus OH
Zip Code: 43219
 
Record
SN04871912-W 20180331/180329231652-14875d08b4224400b77d07520856d491 (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.