Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
DOCUMENT

65 -- CT Contrast Injector - Attachment

Notice Date
4/19/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q0288
 
Response Due
4/27/2018
 
Archive Date
5/12/2018
 
Point of Contact
Jay Chong
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for CT Contrast Injector BRAND NAME OR EQUAL, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. Simplified Acquisition Procedures IAW FAR 13 will be used. (ii) The solicitation number is 36C26018Q0288 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1250. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 V5 OptiVantage DH, Suspension System w/RFID & SI 844005 -- INJECTOR,OPTIVANTAGE DH, SI 241060 -- MAVIG FIXED SHORT COLUMN 241063 -- EXTENSION/SPRING ARM 241079S -- J-BOW ARM, MAVIG 800120 -- 115 VAC POWER CORD 800113 -- Cable Assy, 15 Pos, D-Shell, 10 Ft 800110 -- 75' Powerhead Cable 844410S -- KIT, CEILING SUSP. EXT. CABLE 844760 -- RFID 125ML FACEPLATE 844850 -- 200 ML Faceplate Assembly 800114 -- CT9000 ® ADVHeater Blanket 846081 -- OPERATOR'S MANUAL (ENG V5.X) 846083 -- SERV/PARTS MAN, OPTIV DH V5 846082 -- INSTALL IFU, OPTIV DH V5 846002 -- CD, OP MANUALS (TRANSLATIONS) 844040 -- SAMPLE KIT,Y TUBE W/DUAL CHK V 800090 -- 200ML SYRINGE SAMPLE PACK 844787 -- RFID PRINTER KIT, OPTIVANTAGE 846210 -- OPTIV V5 QRG&INST. SHEET KIT 844915 -- RELAY INTERFACE ADAPTOR 601326 -- INSERTION/EXTRACTION TOOL Equal Item: __________________ _________________ 1.00 EA __________________ __________________ 0002 MAVIG CEILING SUSPENSION PLATE Part# 2410185 Equal Item: __________________ _________________ 1.00 EA 0003 APPLICATIONS TRAINING Part # OTP305 Equal Item: __________________ _________________ 1.00 EA 0004 INSTALLATION - INJECTOR LF Part # OTP323 Equal Item: __________________ 1.00 EA GRAND TOTAL __________________ (vi) Comparable products must meet or exceed the following specifications: GUERBET V5 OptiVantage DH, Suspension System w/RFID & SI with Training & Installation: See Insert (A) (vii) Delivery: Delivery shall be within thirty (30) days from the time of award. Deep fryer with accessories shall be delivered to the White City VA Medical Center located at 8495 Crater Lake Hwy. White City, OR 97503 FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1. Technical 2. Price Technical is more important than price. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.211-73 Brand Name or Equal. (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246-70 Guarantee 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to jay.chong@va.gov and received no later than 12 pm PST on 04/26/2018. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. (xvi) For information regarding the solicitation, please contact Jay Chong at jay.chong@va.gov Insert (A) Salient Characteristics of CT Injector: Component Parameter Features Configuration Mounting Ceiling mount. Less interference with technologist movement during patient care; less interference with CT exam bed movement. Power Head Local memory capability Saves up to 40 six-phase injection protocols, for easy programming, simplifying patient care and improving throughput. Injection pressure Monitoring Bed side monitoring of injection pressure for added safety Head Dual Head: for injection of saline and contrast. Needed for many CT protocols. Operations Operations Flow rate control and start/stop control both in the scan room and the control room Programmable Select, modify injection protocols in either the scan or control room Tilt Enable Interlock prevents start of injection until injector head is tilted down, reducing the risk of air embolism. Display Dual displays Includes a monitor in the control room and directly on the injector head in the scan room. This allows real-time monitoring of injection pressures during operation by a single CT technologist. The current injector lacks this capability. Flow knob Manual flow knobs are calibrated for easy, quarter-turn priming and color- coded for clear identification of contrast versus saline syringes. Reduces the risk of air embolism. Syringes Pre-filled Contrast syringes with an RFID label Single-dose pre-filled contrast syringes with an RFID label that the injector reads. These labels contain the lot number, expiration date, concentration, and amount. This information is sent to the scanner, which is recorded in the CT system, available to the Radiologists. This will become a standard documentation requirement in the near future. Size The pre-filled syringes are available in different volumes of contrast, tailoring the contrast amount to the patient- specific exam. This will produce cost savings by eliminating contrast waste, Page 6 of 6 which occurs with use of the current multi-dose contrast bottles. Also improves patient safety, as risk of microbial contamination of multi-dose bottles is eliminated. Simultaneous Injection Delivers simultaneous dual injection protocols of contrast media and saline with 10% to 90% mixing ration in increments of 5% Safety Monitoring of IV access The Patency Check Feature allows the tech to check the IV for patency at the bedside and to also check for extravasation. Contrast timing Allows for a test bolus of contrast to set up the appropriate imaging protocol. Contrast extravasation and patient monitoring by technologist Second monitor mounted on the injector head allows for monitoring both the injection pressure and flow rate, allowing earlier detection of IV malfunction or extravasated contrast with the CT technologist remaining at the patient s bedside. This provides immediate technologist access to the patient if a complication (such as a contrast reaction) occurs, which will speed appropriate emergency response. The current injector lacks this feature.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q0288/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q0288 36C26018Q0288.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4240805&FileName=36C26018Q0288-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4240805&FileName=36C26018Q0288-000.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: Department of Veterans Affairs;VA SORCC;White City VA Medical Center;8495 Crater Lake Hwy;White City, OR
Zip Code: 97503
 
Record
SN04894805-W 20180421/180419230456-ab1a4567e9bb7757c80ae3eb2d4cfb98 (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.