Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2022 SAM #7447
SOLICITATION NOTICE

65 -- Nanosonics Trophon 2 Ultrasound Probe High-Level Disinfector

Notice Date
4/19/2022 3:03:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0383
 
Response Due
4/26/2022 5:00:00 PM
 
Archive Date
05/11/2022
 
Point of Contact
Rex Maughan, Contract Specialist, Phone: (360) 816-2769
 
E-Mail Address
rex.maughan@va.gov
(rex.maughan@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 36C260-22-AP-2482 Brand Name Only: Manufacturer - GE Healthcare, mfg. # N05000-US Trophon2, Ultrasound Probe High Level Disinfection 100% for SD/VOSB Set Aside 1. This is a combined synopsis/solicitation for Ultrasonic Dopplers: Trophon2, Ultrasound Probe High Level Disinfection, manufacturer # N05000-US and Trophon Printer # N00048-NNA. Brand Name Only as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation RFQ 36C26022Q0383 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, Size Standard 1,250employees. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized 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 vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: The following are salient characteristics needed for Anchorage VAMC requires the procurement of the BRAND NAME: Trophon2, Ultrasound Probe High Level Disinfection. Includes: 1 box (10) AcuTrace Operator Cards & 1 box (10) AcuTrace Medical Instrument Tags. Brand Name Only Manufacturer - GE Healthcare, mfg. # N05000-US Trophon2, Ultrasound Probe High Level Disinfection RFQ# 36C26022Q0383 The Jonathan Wainwright VAMC Health Care Center located in Walla Walla WA. is requesting two (2) Trophon2, Ultrasound Probe High Level Disinfection, mfg. # N05000-US and one (1) Trophon Printer mfg. # N05000-US. Salient characteristics Trophon2, Ultrasound Probe High Level Disinfection Automated high-level disinfection (HLD) for transvaginal, transrectal, and surface probes. Ability to meet microbial efficacy test for both CE mark and FDA registration. Demonstrated ability to eliminate an extended range of clinically relevant pathogens to include multi-drug resistant bacteria, blood borne viruses and sexually transmitted pathogens. Pathogens include MRSA, VRE, chlamydia, gonorrhea, herpes, HIV, hepatitis A, B, & C, as well as HPV. AcuTrace RFID technology that records operator, probe, and cycle data to capture and demonstrate user compliance. The technology should remove the need for manual record keeping, which is time consuming and error prone. Integrated point of care (POC) workflow. The device must simplify the ultrasound workflows, taking up less time, space, and resources than alternatives. The device must allow for flexible installation options, i.e., placement in patient examination rooms and require minimal hands-on time. The device should reduce the need for PPE to include only gloves to be worn when handling the dirty probes and disinfectant cartridge and the device must have no special ventilation requirements. The device should include enhanced usability and a touch screen interface, navigating the users through the disinfection process and ensuring staff members deliver consistent HLD of ultrasound probes with confidence. The device must be equipped with a universal cable clamp that is compatible with a wide range of cable diameters and a hassle-free integrated probe positioner fitted within the device. The device should include a series of consumable and accessory product solutions that enable users to prepare, disinfect, store, and trace the reprocessing process. Prepare: Consumables and accessories should include cleaning and drying wipes. Disinfect: Consumables and accessories should include disinfectant liquid with 35% hydrogen peroxide to achieve effective HLD. They should also include chemical indicators that provide an independent confirmation of each disinfection cycle. Store: Consumables and accessories should include probe covers designed to protect endocavitary and surface ultrasound probes from recontamination after HLD and before they are used on the next patient. Trace: Consumables and accessories should include instrument tags that incorporate with the AcuTrace technology to digitally capture probe details, stored directly on the device. They should also feature the ability to integrate with other software applications that track and store disinfection records, such as the CensiTrac used at Walla Walla. ITEM INFORMATION FREIGHT: FOB DESTINATION to: DEPARTMENT of VETERANS AFFAIRS Jonathan Wainwright VAMC 77 Wainwright Drive Walla Walla, WA. 99362 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a Brand Name requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs. a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand Name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8.Delivery shall be within (90) days from the time of award. Shall be delivered to Jonathan M. Wainwright Memoria VAMC 77 Wainwright Drive Walla Walla, WA. 99362 - FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name: GE Healthcare: Trophon2, Ultrasound Probe High Level Disinfection 52.214-21 Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proprietary Letter required. 1. Ability to meet Brand Name description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision. 2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.211-6 Brand Name 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34  F.O.B. Destination. 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items. 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms, or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to rex.maughan@va.gov PLEASE MAKE THE SUBJECT: RFQ# 36C26022Q0383 The solicitation closes at 17:00 PST on 04/26/2022 All questions must be submitted by 04/22/2022 15:30 PST no questions will be accepted after 4/22/2022 all answers to potential questions will be answered posted via amendment to RFQ# 36C26022Q0383 on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject QUESTIONS FOR RFQ# 36C26022Q0383. NO QUESTIONS WILL BE ANSWERED VIA PHONE or Orally. No late quotations will be accepted. Please email all quotes via email to rex.maughan@va.gov NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED. 17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0650a0b9e1c41508e8cd0a32ec6edf4/view)
 
Place of Performance
Address: Jonathan Wainwright VAMC 77 WAINWRIGHT DRIVE, WALLA WALLA 99362
Zip Code: 99362
 
Record
SN06302110-F 20220421/220419230107 (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.