SOLICITATION NOTICE
65 -- Aortic Instrument Set - Brand Name or Equal This solicitation is for a set of instruments - quote must include ALL instruments requested.
- Notice Date
- 11/15/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- ALEXANDRIA VA HEALTH CARE SYSTEM;NETWORK CONTRACTING OFFICE 16;ALEXANDRIA VA HEALTH CARE SYSTEM;PO BOX 69004;ALEXANDRIA LA 71306-9004
- ZIP Code
- 71306-9004
- Solicitation Number
- 36C25619Q0148
- Response Due
- 11/21/2018
- Archive Date
- 12/21/2018
- Point of Contact
- (318) 466-4281
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25619Q0148 Posted Date: 11/15/2018 Original Response Date: 11/21/2018 Current Response Date: 11/21/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB Vendors shall be verified and visible on www.vip.vetbiz.gov at time of quote submission AND award. AICS Code: 339112 Contracting Office Address Dept. of Veterans Affairs Network Contracting Office (NCO) 16 2495 Shreveport Highway Pineville, LA 71360 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 employees. The NCO 16, 2495 Shreveport Highway, Pineville, LA 71360 is seeking Aortic Instrument Set for the Southeast Louisiana Veterans Healthcare System in New Orleans, LA. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of this RFQ must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM (submit authorization letter with quote). Equipment shall be in accordance with the OEM terms and conditions. No exceptions, must be a manufacturer authorized distributor. All interested companies shall provide quotations for the following: Supplies PRICE/COST SCHEDULE: CLIN Description QTY UNIT COST TOTAL COST 1 Clamp - BRAND NAME OR EQUAL: Jarit/ Part No. Ch7456 12 EA $ 2 Clamp - BRAND NAME OR EQUAL: VMueller / Part No. CH7251 6 EA 3 Forceps -BRAND NAME OR EQUAL: VMueller/ Part No. CH6642 12 EA 4 Forceps - BRAND NAME OR EQUAL: VMueller / Part No. CH6360 6 EA 5 Clamp - BRAND NAME OR EQUAL: Codman/ Part No. 37-1143 6 EA 6 Needle Holder - BRAND NAME OR EQUAL: Codman/ Part No. 36-2004 20 EA 7 Needle Holder - BRAND NAME OR EQUAL: VMueller/ Part No. CH2427 8 EA 8 Needle Holder - BRAND NAME OR EQUAL: Codman / Part No. 36-2005 8 EA 9 Forceps - BRAND NAME OR EQUALCodman / Part No. 37-1012 8 EA 10 Forceps - BRAND NAME OR EQUAL: Codman/Part No. 30-8404 8 EA 11 Forceps - BRAND NAME OR EQUAL: Jarit/Part No. 320-103 16 EA 12 Forceps - BRAND NAME OR EQUAL Walter Lorenz / Part No. 51-9775 6 EA 13 Retractor - BRAND NAME OR EQUAL: VMueller / Part No. SU3112 24 EA 14 Scissors - BRAND NAME OR EQUAL: Jarit / Part No. 310-346 4 EA 15 Suction Tube - BRAND NAME OR EQUAL: Jarit/Part No. 310-105 4 EA 16 Suction Tube - BRAND NAME OR EQUAL: Buffalo Supply (Integra Surgical Instruments) /Part No. 310-108 4 EA 17 Needle Holder - BRAND NAME OR EQUAL: VMueller/Part No. CH2484 4 EA TOTAL ORDER COST $ 1. Background: 1.1 The purpose of this acquisition is for the delivery of Aortic Instruments to complete the Aortic Instrument Set for Vascular Surgery Procedures at the Southeast Louisiana Veterans Health Care System (SLVHCS) Surgery Services operating rooms located at 2400 Canal St, New Orleans, LA 70119. This will support patient care. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test 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 This solicitation is for a set of instruments as outlined below. All instruments listed below must be included in contractor s quote to meet this requirement. 2.5 SALIENT CHARACTERISTICS: ALL INSTRUMENTS MUST BE THE SIZE/LENGTH SPECIFIED, NO ALTERNATE SIZES/LENGTHS WILL MEET THIS REQUIREMENT. ***Brand-name or equal items accepted. However, similar items must meet or exceed selected technical capabilities of the listed equipment. *** THIS REQUIREMENT IS FOR ALL OR NONE THE FOLLOWING INSTRUMENTS: 2.5.1 Clamp BRAND NAME OR EQUAL: Jarit/ Part No. Ch7456 Description: Style Wylie Used for abdominal aorta Ring Handle Double action Satin Finish Length 8 ½ 2.5.2 Clamp BRAND NAME OR EQUAL: VMueller / Part No. CH7251 Description: Debakey Style Double curved jaws Jaw length 2 3/8 Length 10 1/2 2.5.3 Forceps BRAND NAME OR EQUAL: VMueller/ Part No. CH6642 Description: Cooley Iliac Style Curved shanks Angled 45 Degrees Working end length 2 2/38 2.5.4 Forceps BRAND NAME OR EQUAL: VMueller / Part No. CH6360 Description: Crafoord Coarctation Style Slightly Curved jaws Jaw length 2 3/4: Length 9 ¼ 2.5.5 Clamp BRAND NAME OR EQUAL: Codman/ Part No. 37-1143 Description: Debakey Style Used for Aortic Aneurysm Length 12 1/4in 2.5.6 Needle Holder BRAND NAME OR EQUAL: Codman/ Part No. 36-2004 Description: Crile-Wood Style Carbite 10 ¼ 2.5.7 Needle Holder BRAND NAME OR EQUAL: VMueller / Part No. CH2427 Description: Crile-wood Style Tungsten Carb-bite inserts 3,600 teeth per square inch Straight Length 10 3/8 2.5.8 Needle Holder BRAND NAME OR EQUAL: Codman / Part No. 36-2005 Description: Crile-Wood Style Tungsten Carb-Bite inserts 3,600 teeth per square inch Straight Length 11 ¾ 2.5.9 Forceps BRAND NAME OR EQUALCodman / Part No. 37-1012 Description: Debakey Style Double-Action Spring Handel Stainless Steel For Vascular Tissue Length 9 ½ 2.5.10 Forceps BRAND NAME OR EQUAL: Codman/Part No. 30-8404 Description: Debakey Style Titanium Used for dissecting Length 9 ½ Tips 2mm wide 2.5.11 Forceps BRAND NAME OR EQUAL: Jarit/Part No. 320-103 Description: Debakey Style Ex-Long For Tissue Jaws 2mm wide Length 12 2.5.12 Forceps BRAND NAME OR EQUAL Walter Lorenz / Part No. 51-9775 Description: Snowden-Pencer diamond-points Bonney Style Strong Length 6 ¾ 1X2 teeth Jaw 2500 Tungsten Cabide 2.5.13 Retractor BRAND NAME OR EQUAL: VMueller / Part No. SU3112 Description: Weitlaner Style Medium Length 6 ½ 3 X 4 Sharp prongs 2.5.14 Scissors BRAND NAME OR EQUAL: Jarit / Part No. 310-346 Description: Debakey Style Extra Long Mirror finish Blades angled 25 Degrees Blade Length 1 11 2.5.15 Suction Tube BRAND NAME OR EQUAL: Jarit/Part No. 310-105 Description: Cooley Style With Tip Round, perforated end 7.5mm O.D. Working Length 7 Length 12 2.5.16 Suction Tube BRAND NAME OR EQUAL: Buffalo Supply / Part No. 310-108 Description: Cooley Style Round Perforated end 9mm O.D Working length 7 Length 12 2.5.17 Needle Holder BRAND NAME OR EQUAL: VMueller / Part No. CH2484 Description: Debakey Style Delicate patterns Straight Tungsten Carb-Bite inserts 3,600 teeth per square inch Length 11 3/4 3. DELIVERY FOB DESTINATION 3.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Surgery Services 2400 Canal St, New Orleans, LA 70119 30 DAYS ARO. 3.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 3.3 Package to prevent damage or deterioration during shipment, handling, and storage. 3.4 Maintain protective covering in place and in good repair until delivery is necessary. 3.5 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 3.7 SITE CONDITIONS 3.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 4. INSPECTION AND ACCEPTANCE: 4.1 The Contractor shall conduct a joint inspection with the COR upon delivery of tools. 4.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 5. DELIVERABLES 5.1 Operation and Maintenance Manuals 5.1.1 Binders - Quantity (2) each for items 2.2.1 5.1.2 Digital Copies- Quantity (1) each for items 2.2.28 5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 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. 7. WARRANTY: 7.1 The contractor shall provide all manufacturers warranty with products upon delivery. Place of Performance Address: 2400 Canal Street New Orleans, LA Postal Code: 70119 Country: UNITED STATES The Government intends to award a delivery order resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation meets or exceeds the requirement at the lowest price, Lowest Price Technically Acceptable (LPTA). The quotes will be evaluated on the basis of the evaluation factors listed below. The technical acceptability will be evaluated on an "acceptable" or "unacceptable" basis. Only those contractors determined to be technically acceptable will be evaluated on price. The following areas will be evaluated: 1. Technical Acceptability (acceptable/unacceptable) 2. Price Factor 1: Technical Acceptability The contractor shall provide a written statement addressing each of the following items. The written statement must describe each point and must provide enough detail to determine minimum qualifications. Description of Specifications: Provide a listing of specification meeting the specifications contained in the Schedule. Factor 2: Price Contractor shall complete Price/Cost Schedule on Pages 3-4. The schedule may be altered, or an alternate schedule used where appropriate in order to express quote detail. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders VAAR 852.211-73, Brand Name or Equal (JAN 2008) The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: 1 copy of the quote. All quotations shall be sent to the contract specialist electronically. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order or delivery order/task order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quoters must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received electronically not later than Wednesday November 21, 2018 by 3:00 p.m. Central Standard Time to arlene.blade@va.gov. Please include in the SUBJECT LINE: 36C25619Q0148 Aortic Instrument Set. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Arlene A. Blade, arlene.blade@va.gov. Point of Contact Arlene A. Blade, Contract Specialist, arlene.blade@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/AlVAMC502/AlVAMC502/36C25619Q0148/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;SOUTHEAST LOUISIANA VETERANS HEATLHCARE SYSTEM;2400 CANAL STREET;NEW ORLEANS, LA
- Zip Code: 70119
- Country: USA
- Zip Code: 70119
- Record
- SN05152443-F 20181117/181115230027 (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 |