DOCUMENT
65 -- CPAP/BIPAP Blanket Purchase Agreement RFI - Full and Open Non-Manufacturer Waiver provided. - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies 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
- 36C26018Q9733
- Response Due
- 8/29/2018
- Archive Date
- 10/28/2018
- Point of Contact
- Jayme T Defae
- E-Mail Address
-
2-9872<br
- Small Business Set-Aside
- N/A
- Description
- Page 6 of 6 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of Veteran Affairs Healthcare System, is currently requesting information in order to determine the existence of viable commercial sources to provide CPAP/BIPAP supplies and consumables. This supply is necessary for the Department of Veterans Affairs and a bone-fide need as it allows the sleep clinic to assist veterans. The intended contract period of performance is for a base year with four (4) one-year option periods and is based on FAR 52.232-18 Availability of Funds. Estimated period of performance is 10/1/18-9/30/19 with an optional 4 years. It is intended that ordering officers will be requesting these supplies. The NAICS code assigned is: 339113 Surgical Appliance and Supplies and the small business size standard is 750 employees. The product code is 6515, Medical and Surgical Instruments, equipment, and supplies. This requirement is considered brand name or equal. Attachments include: A Non-Manufacturer waiver for this requirement. List of items required and salients. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required supplies, please complete the sources sought questionnaire below and email your response to jayme.defae@va.gov no later than 4PM PDT on 29 August 2018. Include any comments or questions you may have. Also provide your capability statements within your response. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 3391136 339113 Surgical Appliance and Supplies and the small business size standard is 750 employees. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 3. If your company were selected, how many calendar days would your company need after the contract award date before completing providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 4. Using attached document D.1 CPAP Projections 2018. Please check or highlight the document to indicate if your business can provide the required item and include information regarding whether it is brand name or equal. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. STATEMENT OF WORK BACKGROUND VISN 20 has identified a series of prosthetic products that are not currently available through other contract vehicles. The purpose of this BPA is to establish an interim contractual vehicle for our gap requirements pertaining to Prosthetics commodities. VISN 20 is projected to need $9.5 million per year for Prosthetic commodity purchases. VISN 20 s gap analysis shows data estimating purchases at $9,594,516.05 annually. VISN 20 can confidently estimate that requirement should generate 5000+ purchase orders annually. The total gap spending outside of the MSPV formulary is at $17,538,626. Of this gap spending, Prosthetic items represent 55% of that cost. Further reinforcing the need for this requirement. SCOPE Under this agreement, the BPA holder shall provide for Prosthetic and Orthopedic medical supplies to be used in the medical facilities throughout the Veterans Integrated Services Network 20 (VISN20). SPECIFIC TASKS The BPA will provide a single Contract Line Item Number (CLIN) for a percentage discount rate off the Vendor s complete Federal Supply Schedule (FSS) catalog. Any items associated with Prosthetic and Orthopedic medical supplies shall be available on schedule. The complete current FSS schedule catalog shall be provided to the Contracting Officer (CO) and attached to the executed BPA. As additional items are added or deleted from the FSS contract the contractor shall provide an updated pricing list to the Contracting Officer within 14 days of any modifications. The services and/or supplies shall be provided when ordered by an authorized Ordering Officer during the specified period stated in the paragraph titled "Term of BPA". This BPA is for support to VISN 20 VA Healthcare Network (including geographically separated units and operating locations) only. PRICING The prices shall be in effect on the effective date of an order. The BPA holder shall update the BPA price list within 24 hours of a change in their Schedule prices to ensure that the BPA pricing remains current. The BPA holder can voluntarily reduce offered prices at any time by giving 24-hour notice (by facsimile or electronic-mail) to the Network Contracting Office 20/CO Contracting Officer. The BPA holder may also increase BPA prices at any time. Any BPA price increase shall not take effect until the Network Contracting Office 20 Contracting Officer receives written notification (U.S. mail, facsimile, or electronic-mail). In no event, will the prices under this BPA exceed those on the applicable GSA schedule. Any order already issued shall not be affected by any change to BPA pricing. DELIVERABLES All orders placed against this BPA are subject to the terms and conditions of the GSA FSS Contract and all clauses and provisions in full text or incorporated by reference herein. Ordering officers will be authorized to place orders against this contract. The Contracting Officer will furnish the Contractor with the names of individuals authorized as ordering officers, by separate memorandum upon issuance of the contract (Attachment 1). Ordering officers are responsible for issuing and administering orders placed under this contract. Ordering officers have no authority to modify any term of this basic contract. Any deviation from the terms of the basic contract must be approved in writing by the Contracting Officer responsible for this contract. The Contractor shall accept orders against this contract only from the Contracting Officer and/or authorized ordering officers. Fulfilling orders from persons other than the Contracting Officer or ordering officer may result in loss or delay in payment for supplies/services provided under such orders BPA Calls shall be competed in accordance with FAR Part 8.404-3 and cannot exceed $150,000.00. Calls will be placed against this BPA using, Outlook Email Messages, FAX Internet portal, paper, or oral communications. INVOICING Inspection and acceptance shall be accomplished as follows for all supplies and services furnished under any resulting order hereby designate a Point of Contact (POC) in the program office as the point of final inspection and acceptance. The BPA holder will submit each invoice to the address in block 18a on page 1, of the SF1449. Invoicing shall be in accordance with the requirements of The Department of Veterans Affairs (VA) Financial Services Center (VAFSC). The latest information shall be used for invoicing and payments and may change during the Period of Performance of this acquisition. Invoice requirements are currently as follows: Invoice Number, Invoice Date, Purchase Order Number, Unit Price, Quantity and Unit of Measure, Total Invoice Price, Ship-To Location Name and/or code, Receipt of Goods/ Services, Invoice Payment Terms. If the invoice is incomplete or inaccurate, the invoice will be returned to the BPA holder for correction and resubmission. Final payment for each order will be accomplished by final invoice accompanied by a receiving report. Current Invoicing information is located at http://www.fsc.va.gov/einvoice.asp. FSC Mandatory Electronic Invoice Submission: The Department of Veterans Affairs published a final rule in the Federal Register on November 27, 2012 to require contractors to submit payment requests in electronic form to enhance customer service, departmental productivity, and adoption of innovative information technology, including the appropriate use of commercial best practices. The rule is effective December 27, 2012. Vendor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically per the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, TUNGSTEN NETWORK, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). Vendor e-Invoice Set-Up Information: Please contact TUNGSTEN at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: TUNGSTEN e-Invoice Setup Information: 1-877-489-6135; TUNGSTEN e-Invoice email: VA.Registration@ob10.com ; FSC e-Invoice Contact Information: 1-877-353-9791; FSC e-invoice email: vafsccshd@va.gov PACKAGING, PACKING, AND SHIPPING Contractor shall have a mechanism in place for drop shipping or expedited orders, for additional fees The Contractor shall deliver medical/surgical supplies within three days after order is accepted for conventional orders, with an overnight option for emergent procurement. Scheduled deliveries will not be required on designated Federal holidays and weekends (although weekend and holiday deliveries may be offered as options and will be held to this standard) The contractor shall accept return of product for replacement or credit for defective product, product shipped in error, short shelf life or any other condition necessitating the return when such condition was caused by the vendor. Facilities shall notify the vendor within two business days of receipt of shipping damage, including concealed shipping damage. DELIVERY ADDRESSES: Alaska VA Healthcare System 1201 North Muldoon Road Anchorage, AK 99504 American Lake Division 9600 Veterans Drive Tacoma, WA 98493 Boise VA Medical Center 500 Fort Street Boise, ID 83702 Roseburg VAMC 913 NW Garden Valley Blvd Roseburg, OR 97471 Boise Prosthetics Warehouse 1287 Boeing Street Boise, ID 83705 Eugene CBOC (Roseburg facility) 3355 Chad Drive Eugene, OR 97408 VA Portland Health Care System 3710 SW U.S. Veterans Hospital Rd. Portland, OR 97239 Southern Oregon - White City VA Rehabilitation Center & Clinics (SORCC) 8495 Crater Lake Hwy White City, OR 97503 Vancouver Campus 1601 E Fourth Plain Blvd. Vancouver, WA 98661 Spokane VA Medical Center 4815 N. Assembly St. Spokane, WA 99205 Seattle Division 1660 South Columbian Way Seattle, WA 98108 Walla Walla VA Medical Center 77 Wainwright Drive Walla Walla, WA 99362
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q9733/listing.html)
- Document(s)
- Attachment
- File Name: 36C26018Q9733 36C26018Q9733_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555117&FileName=36C26018Q9733-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555117&FileName=36C26018Q9733-000.docx
- File Name: 36C26018Q9733 36C260-18-Q-0088_Individual Waiver Approval.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555118&FileName=36C26018Q9733-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555118&FileName=36C26018Q9733-001.pdf
- File Name: 36C26018Q9733 D.1 CPAP Pricing Table UPDATED.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555119&FileName=36C26018Q9733-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555119&FileName=36C26018Q9733-002.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26018Q9733 36C26018Q9733_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555117&FileName=36C26018Q9733-000.docx)
- Record
- SN05050945-W 20180824/180822231324-2e0dda848b99ee97efa02bac82b1f30e (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 |