SOLICITATION NOTICE
65 -- Mann-Grandstaff (Spokane) VAMC Wound Vacuum Rental Base+4
- Notice Date
- 10/11/2023 12:33:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0032
- Response Due
- 10/17/2023 5:00:00 PM
- Archive Date
- 11/16/2023
- Point of Contact
- Dane Gift, Contracting Specialist, Phone: 360-816-2762
- E-Mail Address
-
dane.gift@va.gov
(dane.gift@va.gov)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 9 of 9 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 9 1. 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. 2. This is a Request for Quote (RFQ) and the solicitation number is 36C26024Q0032. The Government anticipates awarding a firm-fixed price FSS delivery order contract resulting from this solicitation. 3. This is a solicitation for Brand Name or Equal Wound Vacuum Unit Rental (Period of Performance Base+4 Option years: 10/20/2023 10/19/2028). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 effective October 5, 2023. 4. This is a Full-and-Open solicitation Unrestricted by business size. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 Employees and the PSC is 6515. All interested companies shall provide quotations, including pricing, as a part of this solicitation. All information of this nature submitted to the government shall be made in accordance with the Brand Name or Equal Salient Characteristics and Statement of Work below. Responsive quotes shall include a price quote, past relevant performance, and item/task technical specifications outlining how they intend to meet the standards provided in both Section (6) Salient Characteristics and Section (7) Statement of Work . 5. Price/Cost Schedule: The Department of Veterans Affairs, Boise VA Medical Center (VAMC), NCO20 is looking for BRAND NAME or EQUAL sources of the following: Base year + 4 Option Years (the below is a template to be used per year) Base Year : 10/20/2023 10/19/2024 o Option 1: 10/20/2024 10/19/2025 o Option 2: 10/20/2025 10/19/2026 o Option 3: 10/20/2026 10/19/2027 o Option 4: 10/20/2027 10/19/2028 MFG PN Item Unit Quantity ULTDEV01/US.P V.A.C.Ulta Therapy Unit with V.A.C. Veraflow Therapy DY 400 6. Salient Characteristics: a. Minimum battery run time of 6 hours. b. Maximum Battery recharge time of < 8 hours. c. Device weight: 3.5kg. d. Secured integrated exudate collection canister capable of holding at least 500 mL e. The device must provide a range of negative pressure (-25 to -200 mmHG) in continuous and/or intermittent modes. f. The device is capable of intermittent instillation/irrigation therapy with dwell time options up to 60 minutes. g. The device must provide an audible alarm system. Alarm must alert when canister is full or tubing is locked, when canister is missing, or tubing/dressing leaks, when the battery is low, or the device is non-operable. h. The device is capable of being cleaned, disinfected and reprocessed. 7. Statement of Work: SCOPE OF WORK. This rental agreement will provide wound vac units for in-patient care. Under this agreement the contractor shall initially rent two (2) units to the Specialty Care Clinic Building 1, 1st floor at the Mann-Grandstaff VA Medical Center (MGVAMC). The contractor shall provide units to maintain a rental stock on the shelf of two (2) units at all times during the period covered for this agreement. Units will include (2) standard NPWT Unit V.A.C. Ulta Therapy System or equal, using intermittent instillation therapy with dwell time options. New or additional negative wound therapy units offered by the contractor and deemed advantageous by MGVAMC for patient care may be added to this agreement at any time upon mutual agreement of the parties through bi-lateral modification issued by a Contracting Officer. The Specialty Care Clinic will utilize contractor s product on a first-in, first-out basis. The contractor will remove and replace inventory upon notification by the point of contact of a unit being used. Two (2) units will need to be maintained on the shelf at all times. Restock to maintain the 2 unused shelf units shall be accomplished within 48 hours. All deliveries are to be coordinated through the facility point of contact or designee. The Government is liable for payment only for those units used. At the end of the contract period, unused items shall be returned to the contractor without reimbursement or other expenses to the Government. Unused items will be removed from MGVAMC by the contractor within thirty (30) days after rental agreement end-date. The Government is responsible for storing the rented inventory and using them as indicated by product labeling. The Government will provide proper storage and security for supplied item(s) and is responsible for expenses incidental to safekeeping within the Government premises. The contractor will replace defective products at no cost to the Government. Either party may terminate this agreement by giving thirty (30) day written notice. The contractor will remove all unused products furnished for stock at this facility within thirty (30) days upon expiration of this Agreement or upon receipt of written notice of cancellation. Contractor shall supply technical support by telephone available 24 hours per day, 7 days per week. (24/7). Contractor shall make available upon request and at no additional charge, hands on education and training for clinicians and support staff to all shifts for the life of the contract. Educational materials must be available on the company s website. Contractor shall provide the newest generation model for rental stock. The Contractor shall remove or replace rented inventory as necessary, i.e. a broken unit, a used unit, or a unit recall. Contractor agrees that the replacement items will be shipped within two working days or sooner after notification from VAMC. These replacement services will be completed at no cost to the Government, all items shall be shipped F.O.B. Destination. Expedited requests by the VAMC shall be prepaid by the Contractor and billed to the VAMC. 1.12. The facility will maintain an inventory list of units on consignment from the contractor and will validate jointly with the contractor every 6 months. The inventory list will need to be signed off by both the facility rep and contractor. 8. Place of Performance: Mann-Grandstaff VA Medical Center Specialty Care Clinic Bldg. 1, 1st Floor 4815 North Assembly St. Spokane, WA 99205 Point of Contact: Michael Vanorsow Specialty Care Clinic Registered Nurse Michael.Vanorsow@va.gov 509-434-7773 9. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: 10. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) (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 supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment 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, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 11. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. The government intends to make a best value determination based on, but not limited to, the following evaluation factors when evaluating offers: (a) Technical Compliance: Quoted commodities and services/supplies shall be in accordance with the Salient Characteristics and the Statement of Work above. (b) Price: Price - The offeror shall complete the Price/Cost Schedule provided in Section (5) above. (c) Past Performance: Past Performance The offeror shall attach contract numbers of previous similar past performance along with a very brief description of services. (d) Proof of Meeting the Special Tasks and Salient Characteristics per the SOW: The offeror shall provide either a statement or a brief synopsis of the process outlining how they intend to meet the standards provided in both Section (7) Statement of Work and in Section (6) Salient Characteristics order to be considered for award. 12. 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. 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: 13. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause: 852.203-70 Commercial Advertising 852.212-71 Gray Market Items (APR 2020) 852.232-72 Electronic Submission of Payment Requests. 852.242-71 Administrative Contracting Officer (OCT 2020) 852.264-71 Rejected Goods The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.219-14 Limitations on Subcontracting (MAR 2020) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) in both 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JAN 2021) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 15. There are no additional contract requirements, terms or conditions. 16. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 17. Quotes must be emailed to dane.gift@va.gov and received no later than 17:00 PM PST on 10/17/2023. Quotes may be submitted on the vendor s own form following the format found in Section 11 Evaluation-Commercial Items . No late quotations will be accepted. The Government intends to make award without discussions. 18. For information regarding the solicitation, please contact Dane Gift at Dane.Gift@va.gov. DEPARTMENT OF VETERANS AFFAIRS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec388fbb332e4057a831d54c68f435cd/view)
- Place of Performance
- Address: Department of Veterans Affairs Mann-Grandstaff (Spokane) VAMC 4815 N. Assembly St., Spokane 99205, USA
- Zip Code: 99205
- Country: USA
- Zip Code: 99205
- Record
- SN06857437-F 20231013/231011230055 (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 |