DOCUMENT
65 -- Laerdal Sim Man 3G Manikin Brand Name - Attachment
- Notice Date
- 9/7/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;100 South Independence Mall West;Philadelphia PA 19106
- ZIP Code
- 19106
- Solicitation Number
- 36C24418Q9759
- Response Due
- 9/11/2018
- Archive Date
- 9/26/2018
- Point of Contact
- Thomas A. Cossentino
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for a Laerdal SimMan 3G Manikin, Brand Name, 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. (ii) The solicitation number is 36C24418Q9759 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 1000. (v) Contract Line Items (CLIN): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ SimMan 3G (US) Light Manikin and accessories Includes SimMan 3G Manikin, LLEAP License, Drug Recognition Kit, USB Headset/Microphone, SpO2 Probe, Keyboard and Mouse, Consumables, Clothing, Soft Sided LOCAL STOCK NUMBER: 212-02301 0002 1.00 EA __________________ __________________ INSTALLATION GRAND TOTAL __________________ B.2 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: VA PITTSBURGH HEALTHCARE SYSTEM UNIVERSITY DRIVE C PITTSBURGH, PA 15240 0.00 30 ARO (vi) Products must be Brand Name in the following specifications: Statement of Work SimMan 3G June 12, 2018 Background: The use of simulation as an effective learning modality has been well established in the literature. High fidelity mannequins provide a level of realism that allows the learner to suspend disbelief and create a realistic setting for learners to demonstrate and practice skills in a safe learning environment. Training healthcare providers to respond to high risk situations in a safe learning environment is crucial to patient outcomes and safety. While mannequins can t replace hands on learning with real patients, simulation training provides a safe environment where learning can occur through making mistakes while not putting patients at risk. Scope: The SimMan 3G was chosen based upon its historical use at VA Pittsburgh Healthcare System, functionality, and ease of use. This mannequin will replace a SimMan purchased in 2011 that is nearing the end of its life cycle. SimMan 3G has been incorporated in to numerous VAPHS staff and healthcare trainee educational experiences to include team response to medical emergencies such as cardiac arrest and malignant hyperthermia and the orientation of new nurse residents. Objectives: The Institute of Medicine reports teamwork and communication failures as the leading cause of medical error. Providing a safe, learning environment in which teams can practice crucial conversation skills is imperative to patient safety and outcomes. The purchase of this mannequin will ensure that the equipment needed to continue these programs is available and up to date. Tasks: The SimMan 3G was selected due to its ease of use and functionality. Other mannequins require extraneous gases to display respiratory effort which would require specialized oxygen hook up in simulation spaces and the transport of oxygen takes to any sites where a simulation is being conducted outside of simulation space. The LLEAP programming system used in the operation of SimMan 3G has a user friendly interface that supports on-the-fly training as well as pre-programmed learning events. Criteria used in the selection of the SimMan 3G were: Ease of use; programming capability, standalone functionality Wireless capabilities Control simulations from one interface Reliable operations in multiple learning environments Multiple skills and features: Intubation: ET, OT, NT Cricothyotomy Ventilator compatible Ability to change lung compliance and settings Palpable pulses Ability to demonstrate airway complications such as inability to ventilate, laryngospasm, trismus, and decreased cervical range of motion. Vascular access Automatic drug recognition system Provide real time feedback on the quality of CPR delivered based upon AHA guidelines. Demonstrate seizure activity Delivery: The Laerdal company will ship SimMan 3G in two large soft sided containers once the order has been processed. The items will be shipped within 30 days upon receipt of payment. Laerdal technician will come on site to complete the one day installation. Government Furnished Property: None Place of Performance: VA Pittsburgh Healthcare System, University Drive, BLDG 29, 2M309 Period of Performance: SimMan 3G will be used on an ongoing basis to train current and future staff and healthcare trainees. (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: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. 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 remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. 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. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right 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. (ix) Evaluation of this requirement will be based on PRICE ONLY. (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: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 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 (OCT 2015) 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) 52.222-19 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) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (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 thomas.cossentino@va.gov and received no later than 4PM EST on 9/11/2018. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer than an AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER needs to be provided with your quote in order to be considered for the award. NO LATE QUOTES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Thomas Cossentino at thomas.cossentino@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9759/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9759 36C24418Q9759_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580824&FileName=36C24418Q9759-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580824&FileName=36C24418Q9759-000.docx
- File Name: 36C24418Q9759 MANIKIN_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580825&FileName=36C24418Q9759-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580825&FileName=36C24418Q9759-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9759 36C24418Q9759_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580824&FileName=36C24418Q9759-000.docx)
- Place of Performance
- Address: VA Pittsburgh Healthcare System;University Drive;Pittsburgh PA
- Zip Code: 15240
- Zip Code: 15240
- Record
- SN05079835-W 20180909/180907231816-268c33eaae7750e94d5f785d94c12a83 (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 |