MODIFICATION
65 -- Inspection Scope - Healthmark FIS-007 or equal
- Notice Date
- 8/14/2023 1:50:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25523Q0684
- Response Due
- 8/24/2023 8:00:00 AM
- Archive Date
- 09/23/2023
- Point of Contact
- Robert Bleichner, Contract Specialist, Phone: 913-758-9920
- E-Mail Address
-
robert.bleichner@va.gov
(robert.bleichner@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 products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 RFQ 36C25523Q0684. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 1000 employees. The FSC/PSC is 6650. The Department of Veterans Affairs, NCO-15 is seeking to purchase boroscope/inspection scopes that comply with AAMI ST79 (2017) Amendment 2. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Healthmark USB Control Box Kit with 1.9mm Catheter (p/n FIS-007USK) or equal 2 Each 0002 Catheter 1.06mm Flexible Inspection Scope 110cm L (p/n CT-102) or equal 2 Each 0003 FIS-007 Storage and Protection Tray (p/n FIS-007SPT) or equal 2 Each or equal products requirements: Must comply with AAMI ST79 (2017) Amendment 2: 8.2 Inspection of Instruments Each time a medical device is processed, it should be visually inspected for cleanliness and integrity. Enhanced inspection with magnification, borescopes, or other inspection methods to verify cleanliness and integrity may be used. Borescopes or other methods may be used to check internal channels of instrumentation for cleanliness and integrity unless otherwise recommended in the instrument manufacturer s written IFU and the borescope manufacturer s written IFU. When recommended in the instrument manufacturer s written IFU, enhanced inspection should be used and the enhanced visualization tool manufacturer s written IFU should be followed. Healthcare facilities should have a method of ensuring cleanliness and integrity of every instrument and medical device used in every procedure. Must provide lighted magnification and be able to document photos and videos of lumens and crevices not visible to the unaided eye. Must be able to inspect internal channels of 1.1mm in diameter and larger. Must be easily cleanable between uses. Must be compatible with Scope Viewer Software. Must be compatible with Windows 10 or higher. Delivery shall be provided no later than 30 days after receipt of purchase order. Delivery terms are FOB destination. If 30 days delivery cannot be met, vendors quote must specify the number of days needed for delivery. Each place of delivery below will receive 1 complete scope kit; or 1 of each item listed in the schedule. Place of Performance/Place of Delivery Eastern Kansas Health Care System Dwight D. Eisenhower VAMC ATTN: Opal Denett Costin 4101 S. 4th St. Leavenworth, KS 66048 and Colmery O Neil VAMC ATTN: Carla Forbes 2200 SW Gage Boulevard Topeka, KS 66222 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 Products and Commercial Services FAR 52.212-2, Evaluation Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. 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 Products and Commercial Services (Dec 2022) Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 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: (End of Addendum to 52.212-4) 52.204-13 System For Award Management Maintenance (OCT 2018) 52.211-6 Brand Name Or Equal (AUG 1999) 852.203 70, Commercial Advertising VAAR 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2019) (Deviation) 852.232 72, Electronic Submission of Payment Requests 852.270 1, Representatives of Contracting Officers VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (June 2023) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) 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 products and commercial services: 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American--Supplies (OCT 2022) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment By Electronic Funds Transfer System For Award MANAGEMENT (OCT 2018) GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center http://www.fsc.va.gov/einvoice.asp FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS. For assistance setting up e-lnvoice, the below information is provided: * Tungsten e-invoice set up information: 1-877-489-6135 * Tungsten e-invoice email: VA.Registration@tungsten-network.com * FSC e-lnvoice Contact Information: 1-877-353-9791 * FSC e-invoice email: vafsccshd@va.gov The FSC requires the following information to be included on invoices received for payment: Vendor Name Remittance address (where the payment is to be issued) Complete Funding Purchase Order (for example 589C3XXXX) Itemized description of goods or services, quantity and unit price Total dollar amount of invoice Discount or Net terms CONTRACT ADMINISTRATION: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof. All interested vendors shall submit the following: A quote for the items requested that includes delivery addresses for each location or equal items must convincingly demonstrate the ability to meet minimum requirements Warranty information. May be include on quote or manufacturer product cut-sheet Authorized distributor letter for the item being proposed. All quotes shall be sent to the Contract Specialist at robert.bleichner@va.gov Addendum to FAR 52.212-2, Evaluation Commercial Products and Commercial Services Basis for Award: The Government will issue a purchase order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be based upon a comparative evaluation of quotes 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 evaluation will consider the following: The following are the decision factors the Contracting Officer will decide in making an award: Price (quotes shall hold the prices firm, at minimum through 1 Oct 2023) Technical (or equal items must convincingly demonstrate the ability to meet minimum requirements) Manufacture Warranty Authorized Distributor letter Quotes shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 10:00am CST on 24 Aug 2023 at robert.bleichner@va.gov. Hand delivered quotes will not be accepted. 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: Robert Bleichner, robert.bleichner@va.gov; 913-758-9920
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac29850914734e1cbfbcb85faa15791f/view)
- Place of Performance
- Address: Dwight D. Eisenhower VAMC and Colmery O’Neil VAMC, KS, USA
- Country: USA
- Country: USA
- Record
- SN06788453-F 20230816/230814230046 (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 |