Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
DOCUMENT

65 -- EV1000 CLINICAL PLATFORM - Attachment

Notice Date
9/21/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q9937
 
Response Due
9/25/2018
 
Archive Date
11/24/2018
 
Point of Contact
JOANNA HUDSON-LUNDQUIST
 
Small Business Set-Aside
N/A
 
Description
Request for Quote (RFQ) #: 36C25918Q9937_2 EV1000 CLINICAL PLATFORM This is 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm EST, September 24th, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to joanna.hudson-lundquist@va.gov no later than 12:00pm EST, September 25st, 2018 This is a Request for Quote (RFQ) and the solicitation number 36C25918Q9937_2. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing. This solicitation is unrestricted and open to businesses of every size. List of Line Items: ITEM # DESCRIPTION OF SUPPLIES QTY UNIT UNIT PRICE AMOUNT 0001 EV1000CS EV1000 CLINICAL PLATFORM NI Kit contains EV1000A Clinical Platform and NI ClearSight Models (EVPMP, PC2K, EVHRS, EVEC3FT, EVNIDBAC, EVNIPCL3, EVPMAC) 2 EA 0002 EV1000 FLOTRAC CABLE 16 FT 2 EA 0003 PRESSURE CONTROLLER COVER - PCCVR Included with EV1000CS / EVNIUPG-US kits 2 EA 0004 ROLL STAND 2 EA 0005 TOTALPM SERVICE AGREEMENT 12MO Service Agreement with Preventive Maintenance covers the following models: EV1000A, EVPMP, PC2K and EVHRS 2 EA GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); This RFQ is for Brand name EDWARDS for EV1000 CLINICAL PLATFORM as described in part (v) above. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: OKLAHOMA CITY VA MEDICAL CENTER 921 N.E. 13TH Street Oklahoma City, OK 73104 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (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. Contractor 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. 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. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Volume I Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is Price. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the lowest priced quote only. If the lowest priced offer is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 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) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following VAAR Clauses are to be incorporated by reference: 52.246-70 Guarantee; 852.203-70 Commercial Advertising; 852.232.72 Electronic Submission of Payment Requests; 852.246-71 Inspection 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.212-3 Offeror Representations and Certifications Commercial Items; 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to joanna.hudson-lundquist@va.gov no later than 12:00pm EST, September 25th, 2018 Name and email of the individual to contact for information regarding the solicitation: Joanna Hudson-Lundquist joanna.hudson-lundquist@va.gov VHAPM Part 813.106 Simplified Acquisition Procedures Attachment 1: Brand Name Justification for SAP under $250K DEPARTMENT OF VETERANS AFFAIRS Brand Name Justification IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($2S0K) Acquisition Plan Action ID: 36C259-18-AP-1023 1. Contracting Activity: Department of Veterans Affairs, Department of Veterans Affairs NCO 19 Commodities-West Branch Oklahoma City VAMC (Warehouse) 6162 S. Willow Drive, Suite 300 921 N.E 13th St Greenwood Village, CO 80111 Oklahoma City, OK 73104 2. Brief Description of Supplies/ Services required and the intended use: Edwards EV 1000 Monitor for Continuo Cardiac Output for use in the Operating Rooms (OR) and Surgical Intensive Care Unit (SICU). EV1000 is a touch-screen monitor that displays patients' physiologic status and user-friendly clinical targets and alerts, designed to simplify decision-making in the operating room and intensive care unit. The monitors are requested to restart the cardiac surgery program starting July 2018. The product specifications are to outline all Oklahoma City VAMC Surgery Departments and Biological Engineering requirements. 3. Unique characteristics that limit availability to only one manufacturer, with the reason no other manufacturer can be used: Edwards brand was selected based on clinical need of the recently re-started cardiac program. Dr. Lacy Harville, and the VA nursing educator both, have been using Edwards cardiac output monitors on surgeries they perform at the University of Oklahoma Health Sciences Center. Therefore, both are very familiar with this product, its operation, and how it connects with other equipment, e.g.: flow lab currently in use and being purchased for the same location; and are able to use the machines instinctively (without thinking). This is essential in general cardiac and emergency situations. Bath Dr. Harville and the VA educator are in charge of re-starting the program and training new medical and nursing staff expeditiously. To effectively perform surgeries, the surgeons, operating room, and intensive care unit (ICU) staff must immediately become familiar with the equipment and understand how to display and interpret monitored patient parameters for diverse types of cardiac cases and situations. Using mixed brand equipment will require a) time consuming and costly cross-training and b) switching from one brand monitor to another based on what patient is hooked to what machine. Due to the level of difficulty, intensity, and frequency of emergency situations with cardiac cases, mixing brands introduces additional risk of surgeon/staff error. Confusing monitors - the possibility of looking at a wrong screen or parameter for the wrong patient - is additional risk that cannot be accepted in cardiac setting. To eliminate the possibility of clinical error, we request that the VA procures Edwards brand monitors. Staff trained by specialists well averse with the products will ensure smooth initiation, including less down time, and possibility of clinical error. 4. Description of market research conducted and results or statement why it was not conducted: Dr. Harville and the VA Nurse compared Edwards brand with other brand monitors on the market. Whereas other brands can be used in similar clinicaI setting, it was determined that the above unique characteristics/need make it a compelling case for the purchase of Edwards brand. 5. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. Name: Cindy Miller, Date: Title: Staff Assistant, Surgery Services Facility: Oklahoma City VA HCS 6. Approvals: Contracting Officer's Certification: Name: Jason Thomas Title: Date: Contracting Officer Branch Chief, Supply 2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9937/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9937 36C25918Q9937_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4603115&FileName=36C25918Q9937-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4603115&FileName=36C25918Q9937-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05101225-W 20180923/180921231105-94d092ddba93034a91ab64c1b4890232 (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.