DOCUMENT
65 -- 629-18-2-7224-0163 - Peripherally Inserted Central Catheter (PICC) Ultrasound System, 36C256-18-AP-0892 - Attachment
- Notice Date
- 7/31/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;New Orleans LA 70112
- ZIP Code
- 70112
- Solicitation Number
- 36C25618U0097
- Response Due
- 8/6/2018
- Archive Date
- 11/4/2018
- Point of Contact
- Debra James
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Peripherally Inserted Central Catheter (PICC) Ultrasound System Southeast Louisiana Veterans Health Care System New Orleans, LA 70119 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR 12.6) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No gray market items are allowed please submit your authorized distributor letter no pass throughs are allowed. Please submit a copy of the authorized distributor s letter from the manufacturer to verify that the vendor is an authorized distributor of the product/service they are providing. Solicitation number 36C25618U0097 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. Offers are due no later than August 6, 2018 by 12:00 p.m., Central Local Time (CST), New Orleans, LA. This solicitation is set aside 100 % for Service Disabled Veteran Owned Small Businesses. 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Small Business to deliver, install, configure, and provide training for all listed equipment to the to the SLVHCS. This acquisition is Set Aside 100% Service Disabled Veteran Owned Small Business. NOTE: All documentation submittal due times are Central local time (New Orleans, Louisiana). SECTION A. SUPPLEMENTAL INFORMATION TO OFFERORS SECTION B STATEMENT OF WORK/ Price and Cost Schedule SECTION C CLAUSES/PROVISIONS SECTION E EVALUATION FACTORS SECTION A SUPPLEMENTAL INFORMATION TO OFFERORS 2. The Statement of Work within this solicitation is a non-negotiable document. Offers/quotes shall not include edits, revisions, additions, deletions, alterations, or track change comments to the Statement of Work. 3. NAICS code is 339112. The small business size standard is 1000. 4. Contract Type and Period of Performance: Upon award, contract will be a Firm Fixed Price contract. The contract will consist of Contract Line Items (CLINs) for Peripherally Inserted Central Catheter (PICC) Ultrasound System to delivery, install, configure, and providing training. Contractor shall configure all equipment to manufacturer s specifications maintain Federal, and Local safety standards. Contractor shall install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. Please read the Statement of Work in its entirety and the price/cost schedule for the quantities. 5. Compensation for Services Rendered: Please include your pricing in the Price/Cost Schedule Section B. Quotes shall include a total Firm Fixed Price for CLIN 0001 thru CLIN 0017 per Section B.2, Price/Cost Schedule. 6. Invoicing Procedures: Offeror to submit invoices in arears after completion of all work and deliverables. Please see completed list of all items within the Price/Cost Schedule. See VAAR Clause 852.232-72, Electronic Submission of Payment Requests for invoicing procedures. 7. System for Award Management (Sam) Registration/Contractor Responsibility All Contractors are required to be actively registered in the System for Award Management (SAM). (SAM Website: www.sam.gov). Registration in SAM is a requirement to do business with the Federal Government and registration in SAM shall be maintained throughout the performance of the contract. 8. Modifications: Contracting Officers within the networking contracting office issuing the contract, only, may issue modifications to the contract. Distribution will be made via email. No hard copies will be distributed. 9. Please note the requirements of FAR provision 52.212-3. Prospective Contractors shall complete electronic annual representations and certifications at www.sam.gov in conjunction with required registration in the SAM database. Representations & Certifications must be completed and/or updated by the date and time offers are due. 10. Working hours are between 08:00 am 04:30 pm, Monday through Friday. All federal holidays excluded. Any work outside of normal working hours must be pre-approved by the CO and COR. Federal holidays are available at the Federal Holiday OPM Site. 11. Proposal Total Firm Fixed Price: 12. Solicitation Questions The specific requirements for this solicitation are outlined in the Statement of Work. Questions concerning this solicitation shall be submitted in writing only. (Questions will not be answered or addressed telephonically). Questions shall be submitted via electronic mail (e-mail) to: debra.james3@va.gov. Questions will be accepted up to 4:00 p.m. (CST), July 26, 2018. All questions are to be written and sent via email debra.james3@va.gov and answers will be published via amendment FedBizOpps to the solicitation. 13. Amendments to Solicitation Amendments to this solicitation shall be posted on FedBizOpps only (Website (www.fbo.gov). It is the responsibility of the contractor to monitor any updates via www.fbo.gov for any amendments to this solicitation. All questions and answers will be published via an amendment. SECTION B 1 Statement of Work 1. PURPOSE 1.1 The overall purpose is to provide and configure ultrasound system for Peripherally Inserted Central Catheters(PICC) at Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building, 2401 Tulane St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and configure all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Two (2) Ultra Sound Systems with Probes Specifications/Salient Characteristics: Must include the following imaging capabilities: Vascular - Assessment of vessels in the extremities and neck (e.g., jugular, carotid) leading to or coming from the heart, superficial veins in the arms and legs (e.g., basilic, cephalic, brachial, femoral, radial, saphenous), and vessel mapping. Assessment of superficial thoracic vessels (e.g., axillary, innominate, subclavian) Vascular Access - Guidance for Peripherally Inserted Central Catheters (PICC), Central Venous Catheter (CVC), dialysis catheter, port, peripheral intravenous line (PIV), midline, arterial line placement, access to fistula and grafts, and general vein and artery access Superficial - Assessment of breast, thyroid, parathyroid, testicle, lymph nodes, hernias, musculoskeletal procedures (e.g., joints, ligaments, tendons), soft tissue structures, and surrounding anatomical structures Must have touch screen capability Must be able to measure vessels. Must include technology to provide visual guidance to the SVC Must be able to visually track and provide catheter tip confirmation at bedside. Must provide real time PICC tip location Must monitor patient s cardiac electrical activity (ECG) Must include personalized clinician settings Must include customized fields for documentation Must include reference markers for PICCs, PIVs, CVCs, and dialysis catheters Lithion Ion Battery with up to a 3 hour battery life Minimum 2 USB ports Minimum of 1 HDMI port Must have Ethernet Port Intel Celeron processor (1.8 GHz, quad core) System Storage at least 128G Ultrasound System weight should not exceed 10lbs Monitor size diagonally shall not exceed 12 Probes must have: Frequency between 7.5-10MHxz Elevation focus greater than 17mm Maximum scan depth 6cm Scan width between 20mm and 32mm 2.5.2 Two (2) Medical Equipment Stands Specifications/Salient Characteristics: Stand should be able to support ultrasound system. Stand shall be mobile with four wheels. Stand should have a locking mechanism on at least two wheels. Wheels shall have at a minimum two swivel casters. Stand shall have a basket attached for storage. Stand shall be a minimum of 3 feet in height. Stand shall have a handle for easy transport. Stand shall have methodology to manage cables and accessories. Stands shall meet UL 606-1 standard tilt test. 2.5.3 Two (2) Keyboards Specifications/Salient Characteristics: Keyboard shall be standard alphanumeric keyboard with numeric keypad Keyboard shall use a USB connection Keyboard shall be sealed from liquid spills with plastic cover Keyboard must be compatible with ultrasound system above in 2.5.1 2.5.4 Thirty (30) DOT, Power Midline, 3F, Single Lumen Max Tray 2.5.5 Thirty (30) DOT, Power Midline, 4F, Single Lumen Max Tray 2.5.6 Thirty (30) 4FR Dual Lumen Power PICC Tray 2.5.7 Thirty (30) 5FR Triple Lumen Power PICC Tray 2.5.8 Thirty (30) 4 FR Single Lumen Power PICC Tray 2.5.9 Fifteen (15).05 - 2.0 cm Needle Guide kit with Probe Cover 2.5.10 Fifteen (15) 2.5 - 3.5 cm Needle Guide kit with Probe Cover 2.5.11 Tip Confirmation System 2.5.12 Tip Confirmation System Activation Key 2.5.12 Connectivity Software for Ultrasound System 2.5.13 Wireless Communication The ultrasound system must be capable of supporting an 802.11(a/b/g) wireless environment The wireless solution functionality proposed must be and integrated wireless radio (802.11a/b/g) that is FIPS 140 2 compliant. 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), Central Energy Plant building, 2401 Tulane St, New Orleans, LA 70119 on August 24, 2018. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted 10 days prior to initial award delivery date for verification of delivery and installation dates. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 CONFIGURATION 2.6.2.1 Configure all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Configuration must be completed by September 4, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with configuration, night or weekend configuration may be required. Government will provide a 72 hours' notice of change of configuration hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, configuration, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and configuration of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking on the campus at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (2) each for items 3.1 - 3.17 4.1.2 Digital Copies- Quantity (1) each for items 3.1 3.17 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. OR 4.1 Not Applicable 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. 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. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work to insure the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. 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 COR 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. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS 7.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required. See email from ISO, dated 2/16/18. 8. WARRANTY 8.1 The contractor shall provide a three-year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair. SECTION B2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ Ultrasound system plus freight (SOW 2.5.1) 0002 2.00 EA __________________ __________________ Medical Equipment Roll Stand plus freight (SOW 2.5.2) 0003 2.00 EA __________________ __________________ Keyboard (SOW 2.5.3) 0004 30.00 EA __________________ __________________ DOT, Power Midline, 3F, Single Lumen Max Tray 0005 30.00 EA __________________ __________________ DOT, Power Midline, 4F, Single Lumen Max Tray 0006 30.00 EA __________________ __________________ 4FR Dual Lumen Power PICC Tray 0007 30.00 EA __________________ __________________ 5FR Triple Lumen Power PICC Tray 0008 30.00 EA __________________ __________________ 4 FR Single Lumen Power PICC Tray 0009 15.00 BX __________________ __________________.05 - 2.0 cm Needle Guide kit with Probe Cover 0010 15.00 BX __________________ __________________ 2.5 - 3.5 cm Needle Guide kit with Probe Cover 0011 2.00 EA __________________ __________________ Tip Confirmation System plus freight 0012 2.00 EA __________________ __________________ Connectivity Software for Ultrasound system 0013 2.00 EA __________________ __________________ Tip Confirmation System Activation Key 0014 1.00 JB __________________ __________________ Training 0015 1.00 YR __________________ __________________ Year 1 Extended Warranty 03/01/2018-03/01/2019 0016 1.00 YR __________________ __________________ Year 2 Extended Warranty 03/01/2019 -03/01/2020 0017 1.00 YR __________________ __________________ Year 3 Extended Warranty 03/01/2020-03/01/2021 GRAND TOTAL __________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618U0097/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618U0097 36C25618U0097.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518254&FileName=36C25618U0097-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518254&FileName=36C25618U0097-000.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;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, La
- Zip Code: 70119
- Record
- SN05013189-W 20180802/180731230847-28329529b9ca8142e958e188802119ed (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 |