SOLICITATION NOTICE
65 -- SimMan 3G Manikins
- Notice Date
- 12/2/2021 1:39:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0111
- Response Due
- 12/7/2021 9:00:00 AM
- Archive Date
- 02/05/2022
- Point of Contact
- Tanesha Reese, Contracting Specialist, Phone: 216-447-8300
- E-Mail Address
-
Tanesha.reese@va.gov
(Tanesha.reese@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS CONTRACTING OFFICE ADDRESS: Department of Veterans Affairs, Regional Procurement Office Central, Network Contracting Office (NCO) 10, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131. 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 a request for quotation (RFQ). The solicitation number is 36C25022Q0111.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2021-07, effective 09/10/2021.The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, SimMan Manikins Manufacturing with a large business size standard of 500 employees. We believe Beacon Point Associates LLC is the only Contractor able to provide this requirement for the SimMan manikins 3G. Quotes are to be provided to Tanesha Reese, Contracting Officer, via email at tanesha.reese@va.gov, no later than December 7, 2021, by 12:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. The Louis Stokes VAMC, Department of Veterans Affairs 10701 East Blvd. Cleveland, OH 44106. LINE ITEMS: Contractor shall deliver, loading dock of Louis Stokes VAMC. Quotes shall be separated by line items. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA SimMan 3G Plus Manikin & Accessories LOCAL STOCK NUMBER: 212-03350 Funding/Req. Number: 1 0002 1.00 EA All in one panel PC instructor -patient monitor LOCAL STOCK NUMBER: 400-29301 Funding/Req. Number: 1 0003 1.00 EA SimMan 3G Plus Installation LOCAL STOCK NUMBER: 212-P83050 Funding/Req. Number: 1 0004 2.00 EA SimMan 3G Plus Preventative Maintenance On-Site 1 year LOCAL STOCK NUMBER: 212-P00050PMC Funding/Req. Number: 1 0005 1.00 EA SimMan 3G Plus extended warranty -Year 2 LOCAL STOCK NUMBER: 212-P00050EXW1 Funding/Req. Number: 1 0006 1.00 EA SimMan 3G Plus Orientation LOCAL STOCK NUMBER: 212-EDVT025P-SL Funding/Req. Number: 1 GRAND TOTAL TECHNICNAL REQUIREMENTS: The purchase of a 3G high-fidelity manikin and its accessories are needed in the Simulation Center to replace aging simulation equipment and to provide hands-on clinical skills and communication for clinical staff in a virtual setting. The simulator will provide realistic feedback for frequent and infrequent medical situations that will allow clinicians to develop and increase their critical reasoning and skills without endangering patient safety. The simulation training with the manikin will allow medical staff (clinicians) to provide optimal care in a real event. One (1) 3G high fidelity light skin manikin and accessories LLEAP software license, drug recognition kit, USB headset/microphone, SpO2 probe, keyboard and mouse, consumables, clothing, plug and cables Two (2) soft sided carrying cases All-in-One Panel PC Instructor/Patient monitor vendor software installed One Year manufacturer s warranty with extended warranty through year 2 to cover: Materials, manufacturing, or workmanship issues that may arise in manufacturer s product Return to bench service only Preventative maintenance for each manikin Packing materials to return equipment to vendor Shipping costs for repairs UPS ground freight only From and to the VA Northeast Ohio Healthcare System SECURITY REQUIREMENTS: There are no areas of vulnerabilities or patient identifiable information affected by this project. HOURS OF WORK: Work shall be performed during normal hours, between the hours of 8:00am 4:30pm, Monday through Friday, and shall be completed within one (1) week of starting. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a National Holiday by the U.S. Government agencies. Also included shall be any day specifically declared by the President of the United States of America as a National Holiday. PLACE OF PERFORMANCE: Louis Stokes VAMC, Department of Veterans Affairs 10701 East Blvd. Cleveland, OH 44106. APPLICABLE PROVISIONS AND CLAUSES: The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUNE 2020) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) 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) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (DEC 2011) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71, 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (MAY 2016) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021 The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.] FAR 52.232-2 SERVICE OF PROTEST (SEPT 2006) - - Hand-Carried Address: Department of Veterans Affairs, Network Contracting Office 10, 2780 Airport Drive, Suite 340, Columbus, OH 43219 This is an open-market combined synopsis/solicitation. The government intends to award a purchase 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 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: (Contractor shall list exception(s) and rationale for the exception(s)). OFFER AND EVALUATION OF AWARD: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed, Price Purchase Order, resulting from this solicitation, to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Quotes will be evaluated by Best Value. The following factors will be used in evaluation: Technical; Delivery; and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLEVELAND VAMC personnel to discuss this RFQ during the solicitation and evaluation process. PROCEDURE FOR SUBBMITTING DOCUMENTS TO THE DEPARTMENT OF VETERANS AFFAIRS: DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: Tanesha.reese@va.gov SUBMISSION OF OFFER: All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. F.O.B. shall be destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Quotes are to be broken out to include line-item pricing for each item, and installation including any premium time required. RESPONSES ARE DUE: Tuesday, December 7, 2021 12:00pm est. Offers will only be accepted electronically via e-mail to Tanesha.reese@va.gov. Enter RFQ 36C25022Q0111 SimMan Manikins in the email subject line. Point of Contact Tanesha Reese Contracting Officer Network Contract Office (NCO) 10 Office: 216-704-4206 Email: Tanesha.reese@va.gov DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C250-22-AP-0500 Contracting Activity: Department of Veterans Affairs, VISN 10, Louis Stokes Medical Center 10701 East Blvd Cleveland, OH 44106. Transaction: 541-22-1-250-0044 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The purchase of a 3G high-fidelity manikin and its accessories is needed in the Simulation Center to replace aging simulation equipment and to provide hands-on clinical skills and communication for clinical staff in a virtual setting. The simulator will provide realistic feedback for frequent and infrequent medical situations that will allow clinicians to develop and increase their critical reasoning and skills without endangering patient safety. The simulation training with the manikin will allow medical staff (clinicians) to provide optimal care in a real event. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: One (1) 3G high fidelity light skin manikin and accessories LLEAP software license, drug recognition kit, USB headset/microphone, SpO2 probe, keyboard and mouse, consumables, clothing, plug and cables Two (2) soft sided carrying cases All-in-One Panel PC Instructor/Patient monitor vendor software installed One Year manufacturer s warranty with extended warranty through year 2 to cover: Materials, manufacturing or workmanship issues that may arise in manufacturer s product Return to bench service only Preventative maintenance for each manikin Packing materials in order to return equipment to vendor Shipping costs for repairs UPS ground freight only From and to the VA Northeast Ohio Healthcare System (b) REQUIRED DELIVERY DATE: 12/31/2021 Description of market research conducted and results or statement why it was not conducted: Laerdal Medical Distributor the OEM is a large business with only 1 SDVOSB authorized seller. SimMan 3G Plus Manikin is a specific product designed to satisfy government requirement. There is no substitute for this product. The product is a commercial item available in the market and can also be bought directly from the Manufacturer. Queried VIP for NAISC code 339112 with (431) results. Queried NAICS code with keyword manikin 3G with (2) results. Requested RFQ from both SDVOSB received 1 quote back from Beacon Point associates. VA Rule of two is attained. Contacted OEM and they also confirmed Beacon Point is the only SDVOSB authorized to sell this product. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ ________________________ Name Date Title
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/894edf725e7d4d8b8444225352b5616d/view)
- Place of Performance
- Address: Department of Veterans Affairs 10701 East Blvd., Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN06190077-F 20211204/211202230114 (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 |