DOCUMENT
65 -- 36C25818Q9580 SONOSITE II Brand Name SDVOSB SET-ASIDE Brand Name fujifilm / sonosite - Attachment
- Notice Date
- 7/30/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;4135 S. Power Road, Ste. 103;Mesa AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- 36C25818Q9580
- Response Due
- 8/6/2018
- Archive Date
- 8/7/2018
- Point of Contact
- Theresa.Hamilton@va.gov
- E-Mail Address
-
Due:
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items ; in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. The Solicitation is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective June 16, 2018. This requirement is a Firm Fixed Price 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and only qualified respondents may submit quotes. Quotes are requested from VIP verified SDVOSB s only. Only quotes from firms that are certified to meet Small business size standard will be considered. You may contact your local U.S. Small Business Administration (SBA) office (federal, not state office) for more information on the small business program. Your local SBA office's contact information may be found by accessing the SBA website www.sba.gov or the Vendor Information Pages at www.vip.vetbiz.gov RFQ: 36C25818Q9580 Questions Due Date: 07/31/2018 12:00 PM (noon) Eastern Daylight Savings Time(EDT) Quote Due Date: 08/02/2018 3:00 PM EDT Quotes must be submitted electronically to Theresa.hamilton@va.gov This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 issued and effective June 16, 2018 The NCO 22G Department of Veterans Affairs in Mesa, AZ 85212 is seeking to purchase BRAND NAME SONOSITE SII items manufactured by fujifilm/sonosite for the Phoenix, AZ VAHCS. All qualified Vendors shall provide quotations by email for the following Brand Name Items: Line Item Description Quantity Unit Price Total Price CLIN 0001 SonoSite S II Ultrasound System per SOW 1 KT CLIN 0002 L25X / 13-6 MHZ Transducer Transverse Biopsy Compatible L25x / 13-6 MHz multi-frequency, broadband, 25 mm linear array transducer. This transducer is biopsy compatible 1 EA CLIN 0003 L38xi / 10-5 MHz Transducer - Armored Cable Biopsy Compatible L38xi / 10-5 MHz multi-frequency, broadband, 38 mm linear array transducer. This transducer is biopsy compatible. 1 EA CLIN 0004 SII Stand 1 EA CLIN 0005 Powerpark System PowerPark docking station for the Universal stand. This stand module and docking station allows the ultrasound systems to charge without plugging in the power cord. STATEMENT OF WORK (SOW): SPECIFICATIONS: Brand Name SonoSite SII by FujiFilm SonoSite The SonoSite SII ultrasound technology has increased penetration (6cm) and contrast resolution, which is needed to prevent complications that can result in nerve injury for patients. It has a color Doppler feature, which at times is needed to differentiate between arteries and veins. The superior image quality is indispensable and allows the user to see, assess, and cannulate the veins and arteries. The Sonosite II is very different from the vein finder for accessing vasculature and is superior for the invasive procedures because of its horizontal view and increased depth capabilities to access the Cephalic, Basilic, Brachial veins and to visualize nerve bundles. The SonoSite II carries a five-year warranty. Ultrasound requirements: magnification and depth down to 6cm, large screen, auto gain, calipers (to measure diameter), touchscreen, battery and AC capabilities, contrast adjustment, light weight transducer, color Doppler, and superior image quality. Non-windows based OS: less than 25 second boot up from cold start if system battery dies during procedure, turns back on immediately and is not susceptible to viruses and is not menu driven. armored cable on L38x- added protection from running over cable. power park: power cords are dragged through body fluids and constantly handled. Unfortunately, they are seldom cleaned. This represents an infection control issue. They can also be tripping hazards. For this reason, the power park is included. It provides a charging station/home for the system and eliminates the need for the power cord. In an emergency, the system can be plugged in but for daily use, power cords will not be used. Drop Testing: made for mobile use from suite to suite and around the suite. Built for military deployment the system and transducer are drop tested from a meter onto cement. During access procedures, the transducer is set onto the sterile field and can fall to the ground. 5 Year warranty: This includes a loaner overnighted to eliminate downtime. This covers damage from droppage of the transducer. Ease of Use: Other systems on the market can be equated to a 35mm camera. To get a good image, the user must adjust many parameters. This is fine for radiology. SonoSite offers SonoAdapt: This feature automates adjustments for the user. Think of the SonoSite as a point and shoot camera. The provider needs to focus on the procedure, not the machine. Uses a 1-2-3 system operation via 2 knobs. System weight 12.6 lbs./5.70 kg with battery Dimensions 17.6" x 11.5" x 4.8" / 44.7 cm x 29.3 cm x 12.3 cm Display 12.1 /30.7 cm diagonal LCD (NTSC or PAL) with chemically-etched glass layer Viewing Angles: 85 ° up/down/left/right Architecture: All-digital broadband Dynamic: range Up to 165 dB Gray scale: 256 shades 5 Year warranty: This includes a loaner overnighted to eliminate downtime. This covers damage from droppage of the transducer. User Manual- English Service Guide- English 3.0 Delivery and Shipping Information: The contractor shall provide shipment of the item to the Phoenix, AZ, VA Warehouse. Delivery shall occur 30 Days ARO unless another timeframe is specified in the Quote. Delivery shall be included FOB Destination 5.0 CONFIDENTIALITY AND NONDISCLOSURE: In accordance with Appendix A, Handbook 6500.6 Checklist block 6, equipment is not connected to the network. Therefore, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. In reference to Block 7, patient information is not stored, generated, transmitted, or exchanged from this device. Therefore, sensitive/patient information to be protected. If vendor needs access during delivery, assembly, installation, maintenance or repair, the contractor shall be escorted by a VA employee at all times to ensure there is no exposure to VA sensitive information. This solicitation 36C25818Q9580 is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing. Product Code (PSC) 6525. This RFQ is being issued as a SDVOSB Total set a-side with a small business size standard of 1,250 employees. Vendors must submit quotes in accordance with the solicitation shown here by email, with attachments as needed to include all requested/associated documents. Multiple emails shall be labeled X (number in series) of Y (total number of emails in series)Quotes submitted by other methods will not be accepted. This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) addenda to FAR 52.212-4 include: VAAR Clauses (available at https://www.va.gov/oal/library/vaar ) FAR: 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR: 52.227-14: Rights in Data-General (MAY 2014) FAR: 52.227-19: Commercial Computer Software-Restricted Rights (DEC 2007) VAAR: 852.203-70 Commercial Advertising (APR 2018) VAAR: 852.211-70 Service Data Manuals (NOV 1984) VAAR: 852.211-72 Technical Industry Standards (JAN 2008) VAAR: 852.211-73 Brand Name or Equal (JAN 2008) VAAR: 852.215-70 SDVOSB and VOSB Evaluation Factors (DEC 2009) VAAR: 852.232-72 Electronic Submission Payment (NOV 2012) VAAR: 852.246-70 Guarantee (JAN 2008) VAAR: 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) FAR: 52.222-3 Convict Labor (JUNE 2003) FAR: 52.222-19 Child Labor (JAN 2018) FAR: 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR: 52.222-26 Equal Opportunity (SEPT 2016) FAR: 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR: 52.223-18 Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR: 52.225-1 Buy American (MAY 2014) FAR: 52.225-13 Restrictions on Certain Foreign Purchases (JUNE2008) FAR: 52.232-33 Payment by EFT- SAM (JUL 2013) The following Solicitation Provisions apply to this acquisition: FAR: 52.212-1 Instructions to Offerors Commercial Items (JAN 2017) FAR: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB1998) VAAR: 852.252-70 Solicitation Provisions or Clauses incorporated by Reference (JAN 2008) FAR: 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FOB Destination is in accordance with FAR 52.247-49 And VAAR 847.303-1 F.O.B. origin. SAM Requirement: This solicitation requires registration with the System for Award Management (SAM), pursuant to applicable regulations and guidelines. Registration must be complete by end date/time of solicitation or vendor may be found unresponsive, information can be found at www.sam.gov Additionally, all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The following VAAR clauses are to be incorporated: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. In addition, the following information is required for your quote to be considered: Estimated delivery time (ARO): if different than 30 days ARO Complete company name and address: Company Point of Contact: Email -Phone Number: DUNS Number: Letter from Manufacturer showing Distributor status, unless quoting as a manufacturer. Quotes shall be valid until at least September 30, 2018 W-9 and Vendorization for the PHOENIX, AZ VAHCS location or provide Statement with vendor ID and/or PO# used for payment/Delivery to PHOENIX, AZ VAHCS in previous 11months. Submission of Quotes: Submit quotation and all supporting documentation to Theresa Hamilton by email Theresa.hamilton@va.gov no later than the time previously specified on the Closing Date. Only requests submitted electronically to the above address will be considered. Quotes received after the specified time will be considered late, unless an extension is published to FBO. Late quotes may be considered at the discretion of the interest of the government and CO decision. Mailed in or physically submitted documents will not be accepted for this solicitation. EVALUATION CRITERIA: Award will be made based on Price. Quotations should contain the quoter's best price and terms. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. VENDORIZING: Prospective Offerors are notified that verification of VA Form 10091 and W-9 being sent directly to the paying office in Austin, TX must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/695a962e73ba7982180441ab44b07f39)
- Document(s)
- Attachment
- File Name: 36C25818Q9580 36C25818Q9580.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515781&FileName=36C25818Q9580-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515781&FileName=36C25818Q9580-000.docx
- File Name: 36C25818Q9580 VA10091 VASAMED.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515782&FileName=36C25818Q9580-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515782&FileName=36C25818Q9580-001.pdf
- File Name: 36C25818Q9580 W-9 Form.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515783&FileName=36C25818Q9580-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515783&FileName=36C25818Q9580-002.pdf
- File Name: 36C25818Q9580 S02 Sonosite RFQ 36C25818Q9580.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515784&FileName=36C25818Q9580-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515784&FileName=36C25818Q9580-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q9580 36C25818Q9580.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4515781&FileName=36C25818Q9580-000.docx)
- Record
- SN05011901-W 20180801/180730230531-695a962e73ba7982180441ab44b07f39 (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 |