Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2022 SAM #7455
SOLICITATION NOTICE

65 -- Periop Monitor Philips IntelliVue MX800 Brand Name or Equal

Notice Date
4/27/2022 12:26:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0324
 
Response Due
5/2/2022 8:00:00 AM
 
Archive Date
07/01/2022
 
Point of Contact
Isis McCullough, Contract Specialist, Phone: 615-225-XXXX
 
E-Mail Address
Isis.McCullough@va.gov
(Isis.McCullough@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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 2022-05. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. The FSC/PSC is 6515. The Lexington VA Medical Center, Troy Bowling Campus 1101 Veterans Drive Lexington, KY 40502-2235 is seeking to purchase Periop Monitor Philips IntelliVue MX800. This is a brand name or equal; all interested parties use attached salient characteristics to submit quotations or item list below. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 001 IntelliVue MX800 US J13 RS232/MIB interface PL1 MX800 Periop Monitor Philips IntelliVue MX800 monitor MX800 Perioperative Monitor with 19"" touchscreen that supports eight waves and ten invasive pressures. 1 EA 002 IntelliVue MMX B06 Dual Press and Temp SP1 FAST SpO2 UPC code: 884838086760 1 EA 003 IntelliBridge EC5 ID-Module 412 Draeger Perseus A500 IDM L02 Connection Cables 3m UPC code: 884838015944 1 EA 004 IntelliBridge EC10 Module 412 Draeger Perseus A500 Drv A01 EC10 module RS232/LAN UPC code: 884838015951 1 EA 005 IntelliVue Hemodynamic Extension B05 Dual IBP, Temp, C.O. UPC code: 884838083547 1 EA 006 IntelliVue BIS Module B01 BIS Device K20 BIS 4-Electrode Sensors UPC code: 884838051515 1 EA 007 Thermal Array Recorder Module UPC code: 884838050532 1 EA 008 CBL 5 Lead ECG Trunk, AAMI/IEC 2.7m UPC code: 884838010963 1 EA 009 5 Leadset, Grabber, AAMI, ICU UPC code: 884838021372 1 EA 010 Adult NIBP Air Hose 3.0m UPC code: 884838001671 1 EA 011 Sp02 8-pin D-sub Adapter cable 3m (8pin) UPC code: 884838011946 1 EA 012 Dual IBP Adapter UPC code: 884838085299 1 EA 013 VHM-PL: MX600/700/800, SA, 14"" Ext,9"" DP 1 EA 014 MXU0360 Hook: 5 Hook, use with FMS 1 EA 015 989803208681 Project Management: Foundation 3 EA 016 989805710138 Labor: Install/De-Install Equipment 8 EA 017 Clinical Config. & Impl. Services (CMS) A01 1 Standard Shift Commodity code (HS/HTS) 1 EA Delivery shall be provided no later than 30 days after receipt of order (ARO). FOB Destination Place of Performance/Place of Delivery Address: Lexington VA Medical Center Troy Bowling Campus 1101 Veterans Drive Lexington, KY Postal Code: 40502-2235 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2022) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) FAR 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION) FAR 52.224-1 Privacy Act Notification (APR 1984) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) The following subparagraphs of FAR 52.212-5 are applicable: The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.219-28, Post Award Small Business Program Representation (SEP 2021) FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2022) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1, Buy American--Supplies (NOV 2021) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020): 852.203-70, Commercial Advertising. 852.211-70, Equipment Operation and Maintenance Manuals. 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) 852.232-72, Electronic Submission of Payment Requests 852.270-1, Representatives of Contracting Officers 852.212-72, Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) 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 or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All quoters shall submit the following: Quote with detailed line items and statement regarding the terms and conditions (modifications, deletion or additions) 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. To receive credit as SDVOSB/VOSB must be verified/certified in VetBiz portal. Quoters www.Sam.gov registration is required to be complete at time of submission of response. You must submit a signed authorization letter of proof as a distributor of the OEM. If the following items are not submitted, you can be deemed unsuccessful. All quotes shall be sent to Isis McCullough at Isis.McCullough@va.gov 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES 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 comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. 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. The following factors shall be used to evaluate quotations: Price Technical Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Quoters See attachment 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 10:00 am and 5-02-2022 at isis.mccullough@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 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 Isis McCullough Contract Specialist Isis.mccullough@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eac75a3186f34611a5b3bfe567c5663b/view)
 
Place of Performance
Address: Lexington Veterans Affairs Medical Center Troy Bowling Campus 1101 Veterans Drive, Lexington 40502
Zip Code: 40502
 
Record
SN06310134-F 20220429/220427230102 (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.