Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2020 SAM #6890
SOLICITATION NOTICE

65 -- WatchPAT

Notice Date
10/8/2020 10:57:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0031
 
Response Due
10/14/2020 5:00:00 AM
 
Archive Date
12/13/2020
 
Point of Contact
Lesley Kitchen, Contract Specialist, Phone: 843-789-6881
 
E-Mail Address
lesley.kitchen@va.gov
(lesley.kitchen@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01 10-1-2020 This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000. The FSC/PSC is 6515. The Ralph H Johnson VAMC is seeking to purchase Watch Pat All interested companies shall provide quotations for the following: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 200.00 EA __________________ __________________ WATCHPAT DIRECT SERVICE This is a request to complete service to our Veterans to provide them with an at home sleep test. The device is shipped directly to their home from the company. LOCAL STOCK NUMBER: CS21160XX Performance Work Statement (PWS) Introduction- WatchPat Direct Service 1. The Respiratory Department requires this device to assist with the challenges of caring for patient s due to COVID-19 pandemic. The WatchPAT device is a non-invasive home care device for use with patients suspected to have sleep related breathing disorders. The WP200U is a diagnostic aid for the detection of sleep related breathing disorders, sleep staging (Rapid Eye Movement (REM) Sleep, Light Sleep, Deep Sleep and Wake), snoring level and body position. The WP200U generates a peripheral arterial tonometry (""PAT"") Respiratory Disturbance Index (""PRDI""), Apnea-Hypopnea index (""PAHI""), Central Apnea-Hypopnea index (""PAHIc""), PAT sleep staging identification (PSTAGES) and optional snoring level and body position discrete states from an external integrated snoring and body position sensor. Providing patients with this service allows Veterans to complete their sleep studies from the safety of their homes. Scope: Purchase and Installation to include: Embedded actigraph Embedded pulse oximeter Embedded CPU and electrical circuit card Embedded micro SD card drive Rechargeable Lithium Ion Battery uPAT probe (includes oximetry) uPAT probe connection cable Wrist Strap AC adapter/ USB cable Carrying case Step-by-Step Reference Guide Quick Reference Cards Applicable Directives: VA Directive 6500 VA Directive 6550; Appendix A 4. Deliverables: All materials are installed, calibration completed, documentation represented, user in-serviced; warranty installed, and tech support details are in place to provide necessary assistance as required through the company. 4.1.1 Conformance to all applicable VHA biomedical device requirements 4.1.2 This device will not require purchase of new materials or supplies in order to conduct diagnostic studies. Delivery shall be provided [no later than 30 days after receipt of order (ARO).] Place of Performance/Place of Delivery Address: Ralph H Johnson Sleep Apnea Dept. 109 Bee Street Charleston, SC Postal Code: 29401 Country: UNITED STATES 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 (June 2020) The following clauses are incorporated into 52.212-1 as an addendum to this contract: 52.204-7;52.204-16; 52.216-1;52.233-2;52.252-1; VAAR 852.215-72 FAR 52.212-3, Offerors Representations and Certifications Commercial Items (June 2020) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (Oct 2018) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.211-6; 852.212-70; 852.212-71; 852.232-72;852.233-70;852.233-71; 852.246-71; 852.247-73. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2020) The following clauses are incorporated into 52.212-5 as an addendum to this contract: 52.225-1; 52.232-33 All quoters shall submit the following: one copy of this solicitation document. Quoters shall reference RFQ No. 36C24721Q0031 in the subject line of the electronic responses. All quotes shall be sent to via email to Contract Specialist Lesley Kitchen; lesley.kitchen@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor ""meeting or exceeding the requirement, (2) past performance, and (3) price.  To facilitate the award process, all quotes 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Oct 14, 2020 @ 8AM eastern time, at lesley.kitchen@va.gov for all quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Email quotes only will be accepted. Oral quotes will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Lesley Kitchen, Contract Specialist Network Contracting Office 7 Ralph H Johnson VA Medical Center Department of Veterans Affairs 325 Folly Rd. Charleston, SC 29412
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91c634402c764432a3bbf31ccbd674e3/view)
 
Place of Performance
Address: Ralph H. Johnson VAMC 109 Bee Street, Charleston 29403
Zip Code: 29403
 
Record
SN05824482-F 20201010/201008230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.