Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
MODIFICATION

65 -- Portable Ultrasound System

Notice Date
5/5/2021 5:38:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24621Q0504
 
Response Due
5/12/2021 7:00:00 AM
 
Archive Date
07/11/2021
 
Point of Contact
Ruth Morris, Contract Specialist, Phone: 757-315-2985, Fax: Alternate: Jerry L. Mann
 
E-Mail Address
ruth.morris@va.gov
(ruth.morris@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial supplies 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 for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24621Q0504-1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- 2021-05 dated 03/10/2021. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST intends to award a firm-fixed price contract for the Brand Name or Equal Portable Ultrasound to the Hampton VA Medical Center in Hampton, VA 23667 The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a business size standard of 1250 employees. This procurement is a Small Business set-aside to and for all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. All questions pertaining to this RFQ, are due by 10:00AM EST on Monday, May 10, 2021; and must be submitted via emailed to ruth.morris@va.gov. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote represents the lowest price technically acceptable that meets or exceeds the salient characteristics for the government. Quotes are due by 10:00 AM EST on Wednesday, May 12, 2021. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to ruth.morris@va.gov. This combined solicitation/synopsis is for the purchase of the following Brand Name or Equal commercial supplies: DESCRIPTION OF INFORMATION REQUESTED for: SPARQ ULTRASOUND ITEM NO. or STOCK NO. DESCRIPTION QUANTITY UNIT NNAP101 NNAP101 Sparq Ultrasound System 1 With the purchase of a Sparq Ultrasound system, the (12) month system warranty will be enhanced to cover all standard transducers purchased with the system (excluding TEE probes) for a period of sixty (60) months. Limited to two replacements per year, excluding damage resulting from abuse, misuse or cosmetic issues. 1 EA NNAP109 NNAP109 POC Comprehensive Pkg The POC Comprehensive Package includes the following clinical options: Abdominal, Trauma, Adult Echo Superficial, Access, Peripheral Vascular, Pelvic, Lung, Ocular, Musculoskeletal (which provides Spine and Musculoskeletal Superficial), Nerve and Physio. Pulse Wave Doppler (PW) Available on all imaging transducers: Adjustable sample volume size:0.8-24.6 mm (transducer dependent) Simultaneous or duplex mode of operation Simultaneous 2D, color Doppler or CPA, pulsed Doppler 1 EA NUSE674 NUSE674 DICOM Networking 1 Networking capability to support DICOM Media Store and DICOM Print. Also provides Ethernet (wired and wireless) connectivity to an enterprise data management system or PACS with advanced DICOM features: DICOM Store, Modality Worklist and Performed Procedure Step. DICOM Structured reporting for Cardiac, OB, and Vascular. Supports secure DICOM transfer. 1 EA NUSE810 NUSE810 1 This Point of Care Transducer Package includes the S5-1and L12-4 for use on the Sparq ultrasound system. The available imaging presets are determined by the clinical options purchased with the system. 1 EA FUS7000 US7000 English Manual 1 Operation Manual Quotation 1 EA Salient Characteristics: a. One touch/no knobs/sealed glass control panel/touchscreen easy to clean system that can be used with Super Sani-Cloth hospital disinfecting wipes and/or used in COVID+ patient rooms b. Compatibility with the Hampton VA previously purchased the Philips transducers Small/compact/mobile with adjustable height/arm/articulated screen c. Secure data system and/or wireless transmissibility compatible with the ISCV/Richmond VAMC network system with full internet compatibility d. Multiple compatibility with transducers to include: Cardiac Echo or Abdomen or Transesophageal Echo or Linear probe for nerve, vascular, lung, arterial e. DVD drive availability to save echo images to DVD Multiple modes: (b-mode, m-mode) color m-mode, color/power doppler, freeze, dual mode or split screen, acquire with focus/depth/gain controls f. Measurement and calculation and frequency controls g. Software compatibility: calculations for cardiac dimensions, LV and LA volumes, LV index, vessels, ef volume, aortic valve, mitral valve, tricuspide valve, pulmonary valve h. DICOM structured reporting (the compatibility with ISCV/Richmond system) uses this type of reporting Delivery Address: Hampton VAMC 100 Emancipation Drive Hampton, VA 23667 FOB Point: Destination Estimated Delivery Date: Within 30 days ARO IAW 52.252-2 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.212-1 Instructions to Offerors- Commercial Items (JUN 2020) Addendum to 52.212-1 Instructions to Offerors-Commercial Items (JUN 2020) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services Representation (DEC 2019) 52.212-2 Evaluation-Commercial Items (OCT 2014) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Offeror Representations and Certifications Commercial Items (FEB 2021) (End of Provision) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2021) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-2 Buy American Certificate (FEB 2021) 52.227-17 Rights in Data-Special Works (DEC 2007) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Gray Market Prevention Language: (a) 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 equipment only 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 equipment/system, 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 equipment/system 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc444dbf496348fbb9bf9afc440e45e2/view)
 
Place of Performance
Address: Hampton VA Medical Center 100 Emancipation Drive, Hampton 23667, USA
Zip Code: 23667
Country: USA
 
Record
SN05991801-F 20210507/210505230110 (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.