Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2018 FBO #6208
SOLICITATION NOTICE

65 -- Functional Electrical Stimulation System (FES) BRAND NAME OR EQUAL

Notice Date
11/20/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
36C25919Q0049
 
Response Due
12/5/2018
 
Archive Date
2/3/2019
 
Point of Contact
303-712-5830
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote (RFQ) #: 36C25919Q0049 Functional Electrical Stimulation System (FES) 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 4:00pm EST, 11/30/2018 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 Tamanica.danford-leaf@va.gov no later than 4:00pm EST, 12/05/2018. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0049. 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 334510 with a small business size standard of 1250. This solicitation is a 100% set-aside for small businesses. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Functional Electrical Stimulation System (portable with cart); Make/Model Equivalent; #FA216218 Clinic- Xcite Clinical Station 2 EA _____________ _____________ 0002 Freight Charges; _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); THIS IS A BRAND NAME OR EQUAL REQUIREMENT Statement of Work SCI EQ14 - Functional Electrical Stimulation System Rocky Mountain Regional VAMC Aurora, CO 80045 11/08/2018 PURPOSE The purpose of this requirement is to deliver and install SCI EQ14 - Functional Electrical Stimulation System as part of the initial outfitting of the newly constructed Spinal Cord Injury (SCI) Unit at the Rocky Mountain Regional VAMC located in Aurora, CO 80045. SCOPE The Contractor shall deliver and install all items listed in section 2.5. The Contractor shall provide onsite training as detailed in section 4. All items must meet all salient characteristics defined in section 2.5. The Contractor shall furnish all personnel, supplies, and equipment required for delivery, installation and training. 2.5 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS 2.5.1. SCI EQ14 - Functional Electrical Stimulation System (Portable with Cart) Quantity: 2 Basis of Design: Restorative Therapies, Xcite FES Clinical Station (FA216218) General Specifications/Salient Characteristics: Libraries for upper extremity, lower extremity, and general activities Therapy protocols include: Forward reach, grasp, retract Lateral pinch Feeding Overhead reach Hip and knee flexion and extension Heel slides Sit to stand Long/short arc quads Onscreen guides for electrode placement Audio and visual cues to assist patients to complete each pattern Stimulator must be capable of operating off the cart Minimum of 10, touch screen for user operation Windows 10 Professional Operating System Power Requirements: 100-240VAC, 50/60Hz, 1.3 0.6A Capable of continuous use modes of operation Accessories/Configurations: Integrated cart specifically designed and configured Two stimulation cables 10 Sets of electrodes for UE and LE Stimulator Specifications/Characteristics: 12 channels of Functional Electrical Stimulation (FES) Maximum voltage output of 200V Current output per channel: 0-140mA with 100 to 1500 ohm load Wave type of alternating monophasic and charged balanced Pulse period of 10 - 100msec Pulse width of 50 - 3000 microsecond Maximum output charge per pulse frequency of 70 Microcoulombs Certifications/Operating Tolerances Must be capable of safely operating at an altitude of at least 5,500 ft Must be IEC 60601-1, Type BF Applied Part rated DELIVERY AND INSTALLATION COORDINATION: The Contractor shall coordinate delivery, staging areas, installation, training, and parking with the On-site Point of Contact (POC). The Contractor shall participate in a pre-delivery meeting as specified below to determine delivery and installation dates. The Contractor shall verify delivery date and time three (3) business days prior to scheduled delivery. DELIVERY Delivery Timeframe: NLT January 15, 2019 The Contractor shall contact the On-Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately three (3) days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay of up to 30 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Rocky Mountain Regional VAMC, 1700 N. Wheeling Street, Aurora, CO 80045. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO, contract number, and names of On-Site Point of Contacts detailed in 2.6.2.6. Failure to include this information may result in failed deliveries and/or deliveries being turned away. A pre-delivery meeting will be conducted prior to initial award delivery date for verification of delivery and installation dates. Contractor shall provide white glove delivery for this product. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install are: Chester Spires (C) 719-310-2499; Chester.Spires@va.gov Thomas E. Barbercheck (W) 720-723-3347; (C) 720-765-4931; Thomas.Barbercheck@va.gov INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the Rocky Mountain Regional VAMC premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE as required. Site conditions at the time of installation will be covered in the pre-delivery meeting. There shall be no smoking, eating, or drinking inside the installation area at any time. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation, Maintenance Manuals and Training Include all operations, maintenance and training manuals at the time of delivery. Manufacture approved, onsite training is required for this equipment. The contractor shall respond to the solicitation with a detailed training plan to include type/level of training, number of personnel per training session, and length of training recommended by the equipment manufacture. Training must take place NLT 15 February 2019. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. 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. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any simple items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the Facility Maintenance Service (FMS) so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. INFORMATION SECURITY REQUIREMENTS Certification and accreditation (C&A) of the contractor system does not apply, and a Security Accreditation Package is not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Rocky Mountain Regional VAMC, 1700 N. Wheeling Street, Aurora, CO 80045. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation 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 socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. 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 (I) Technical Capability and (II) 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) Technical Capability (II) Price. Volume I - Technical Capability Technical Capability - The offeror shall provide a signed statement certifying that the quote submitted meets the technical capability specified in the Statement of Work. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: All offers shall be evaluated using the evaluation factors described below and must address, at a minimum, all elements listed in the solicitation s instructions to Offerors FAR 52.212-1 and addendum FAR 52.212-1 Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work. Price The Government may use various price analysis techniques and procedures to make a price fair and reasonable determination. Offers that do not meet or exceed the technical capability requirements of the Statement of Work shall not be selected regardless of price. 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 Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. (c) This is a commercial service acquisition under the authority of FAR Part 13.5, Simplified Procedures for Certain Commercial Items.   FAR Parts 14 and 15 are not being used.   In accordance with FAR Part 13 procedures, the solicitation identifies each evaluation factor but does not assign relative importance to each factor.       Contract award will be made based on the solicitation that represents the best value to the Government.   Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer.   The information below explains the evaluation approach:   Evaluation Factors: Equal to or better based on the specifications in section 2.5 of the SOW Price (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 FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: VAAR 852.246-70 Guarantee VAAR 852.203-70 Commercial Advertising VAAR 852.232.72 Electronic Submission of Payment Requests VAAR 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) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: VAAR 852.211-73 Brand name or equal The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Tamanica.danford-leaf@va.gov by 4:00pm EST, 12/05/2018. Name and email of the individual to contact for information regarding the solicitation: Tica Danford-Leaf Tamanica.danford-leaf@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/VARMCCC/VARMCCC/36C25919Q0049/listing.html)
 
Place of Performance
Address: VA MEDICAL CENTER;1700 North Wheeling St;Aurora
Zip Code: CO
Country: 80045
 
Record
SN05156507-F 20181122/181120230039 (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.