Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
DOCUMENT

65 -- CardioDay Holter System - Attachment

Notice Date
8/30/2018
 
Notice Type
Attachment
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
36C26318Q9918
 
Response Due
9/5/2018
 
Archive Date
9/20/2018
 
Point of Contact
Harry R Grambo III
 
E-Mail Address
8-3614<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Solicitation Number: 36C26318Q9918 1a. DESCRIPTION OF SOLICITATION In accordance with FAR Part 13 this a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This Solicitation issued as a Request for Quotation (RFQ) for the following Commercial Items: CardioDay Holter System, Brand-Name Only, Set-Aside 100% for SDVOSB Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. Respond by: Please see INSTRUCTIONS TO OFFERORS below. Small Business Set-Aside: This solicitation is Set-aside 100% for Veteran Owned Small Business. Quotations from other Small Businesses and Large Business offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. Brand-Name Only solicitation: This is a Brand-Name Only solicitation. NAICS code/Size Standard/PSC or FSC: NAICS code (North American Industrial Classification system: 334614 Size Standard for this NAICS code: 1000 employees PSC/FSC (Product Service Code/Federal Supply Code): 6515 Type of Contract/Award: The type of contract/award the government intends to make/enter into for this solicitation is a single award, firm-fixed price purchase order. Delivery: FOB Destination, 30 Calendar Days or Less ARO. See Delivery below. Contract Period: Delivery Date of 30 Calendar Days or Less ARO. Method of Payment: Payment will be made electronically to: Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com. Provisions and Clauses: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: https://www.acquisition.gov/browsefar -or- https://www.va.gov/oal/library/vaar/ 1b. DESCRIPTION OF SUPPLIES/SERVICES being solicited: Description & Salient Characteristics: CardioDay Holter ECG provides guidance through the analysis process, enabling fast-turnaround and consistent results. Data is presented visually in graphs and charts that highlight relevant trends, critical events, artifacts, and other key insights so users can move quickly and confidently through each study. These monitors need to be compatible with the MUSE system. Needs to have Bluetooth and USB patient data transfer to recorder capability. Needs to have greater than 50 client licenses. Needs to be compatible with Windows. Need to be compatible with GE Holter recorders. Need to have access from several workstations (instead of just one). Required Individual Line Items & Quantity of Items 1 EA Cardioday V2.5 Holter Analysis System 2093156-001 1 EA MARS to Cardio Day Trade up/In PROMO-311 1 EA CardioDay Service and Training 2050497-001 1 EA CardioDay Network Installation 2106219-002 1 EA CardioDay Computer Base Training 2106219-006 1 EA Two Hours Holter Remote Follow-Up Training 2017325-009 1 EA One Day Onsite Cliniccal Product Training for MUSE or Holter 2027966-043 1 EA Cardio Options 2100683-001 2 EA SEER Light Connection Kit 2020044-292 2 EA Holter USB Cable 2067634-021 12 EA PC Bluetooth Adapter 2067634-054 1 EA PC Application 2067634-055 60 EA SEER 1000 2068121-001 (2 each) Maintenance Manuals (CD, PDF or Word) (2 each) User Manuals (1 each) Cleaning Instructions for all equipment, supplies and accessories 1.c MANUALS, CARE/CLEANING INSTRUCTIONS: Appropriate user manuals, service manuals, and instructions for cleaning/sterilization. 1.d DELIVERY Needed: Delivery Terms: 30 Calendar Days or Less ARO, FOB Destination. Deliver to: Department of Veteran Affairs Iowa City VA Health Care System, Warehouse 601 Highway 6 West Iowa City, IA 52246 2. INSTRUCTIONS TO OFFERORS The Provision FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors Commercial Items: Respond by: Offerors are to email complete offers to Harry.gramboiii@va.gov Offers must be received no later than 02:30pm CST Wednesday September 5, 2018. Please include in the subject line: Solicitation 36C26318Q9918, Laryngoscopes Letter of Authorization to Distribute for the Original Equipment Manufacturer: In accordance with the Original Equipment/No Gray Market Goods language under TERMS & CONDITIONS stated below, a letter of Authorization to Distribute shall be included with the offer and received before the closing time and date of this solicitation. (End of Provision 52.212-1) 3. EVALUATION OF OFFERS The Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: (i) LPTA The basis for award will be Lowest Price Technically Acceptable - evaluated on technical capability of the item offered to meet the Government requirement. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. (ii) Past performance IAW 9.104-3(b). The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). (End of Provision 52.212-2) 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if indicated as instructed by the language of the provision. (End of Provision 52.212-3) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017), applies to this acquisition. Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017): 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial advertising (Jan 2008) 852.232-72 Electronic submission of payment requests (NOV 2012). Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jan 2017) continued: Original Equipment/No Gray Market Goods (a) This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactured, used, expired, outdated (old edition or old model) or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. (b) Offeror shall be a distributor that is authorized directly by the manufacturer (OEM) of the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter from the manufacturer. The OEM s warranty and service shall be provided and maintained by the OEM and pass through to the VA. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions and shall pass through to the VA. (c) The delivery of remanufactured, used, expired, outdated (old edition or old model) or gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (End of addendum to 52.212-4) (Endo of Clause 52.212-4) 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End Clause 52.212-5) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside. ** end solicitation**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/36C26318Q9918/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318Q9918 36C26318Q9918.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4571779&FileName=36C26318Q9918-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4571779&FileName=36C26318Q9918-000.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;Iowa City VA Health Care System;Attn: Amy Phillips;601 Highway 6 West;Iowa City
Zip Code: 52246
 
Record
SN05064408-W 20180901/180830231437-e6b9762765fb14356e2c674fc953c959 (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.