Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOLICITATION NOTICE

65 -- Project-Monitor, Physiological MRI, Non- Magnetic

Notice Date
1/9/2024 10:52:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0229
 
Response Due
1/15/2024 9:00:00 AM
 
Archive Date
03/15/2024
 
Point of Contact
Duane Philgence, Contracting Specialist, Phone: 9736761000 ext 201895, Fax: (973) 395-7230
 
E-Mail Address
DUANE.PHILGENCE@VA.GOV
(DUANE.PHILGENCE@VA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Items 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# 36C24224Q0229. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 -effective Date 12/04/2023 This solicitation Unrestricted Solicitation -Brand Name or Equal All vendors must be registered in SAM.GOV. If you are an SDVOSB or an WOSB you must be certified in SBA s VetCert:  Veteran Small Business Certification (sba.gov) The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees The FSC/PSC is 6515 Introduction-Statement of Work The VHA New Jersey Health Care System has a requirement to purchase with an authorized vendor to supply and deliver the item(s) identified in Table 1 below to properly outfit the MRI Trailer in the Radiology Department. See salient characteristics below. This is a Brand Name or Equal Requirement to Iradimed MRI monitor system. This requirement is in support of the activation of the New Toms River VA Clinic. The Iradimed Model# 3880Q Non-Magnetic MRI Patient Monitor is the basis of design. Table 1 Package Items Summary Item # JSN Item Description Part # (basis of design) Quantity 1 M7818M MRI STANDARD MONITOR SYSTEM W EC Q-TEK ECG, SPO2, NIBP, C02 3880Q-3 1 2 M7818M MRI MONITOR REMOTE SYSTEM W TABLET, BASE AND RECORDER 3885 1 3 M7818M ROLL STAND 1119M 1 4 M7818M FLEXIBLE MOUNTING ADATER 1891 1 5 2 DAY TRAINING AND INSTALLATION 1 Additional Item Requirements The vendor will provide service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA HTM Department. Date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date. General Conditions Site Address The address of the Temporary Site is provided below. 40 Industrial RD Berkeley Heights, NJ 07922 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Schedule and Order Management The above delivery schedule is based upon the current construction schedule due to the nature of activation efforts and construction timelines and dates may vary and shift. Delivery dates need to be flexible. The delivery of items for installation is dependent upon the completion of applicable areas within the building. If there is a delay, the Contractor may be required to adjust the delivery date at no cost to the Government. The Contractor will coordinate with the on-site POC s before delivery. The awardee s actual delivery dates will be confirmed by VA upon award. Post-award, the vendor will coordinate delivery identified in this document with the VA prior to beginning any work (See Section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the CO, COR, and the vendor. Delivery and Receiving Please contact Duane.philgence@va.gov 2 weeks prior to delivery of items. IOT&A Contractor Provided warehouse: Address TBD The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal loading dock business hours which are defined as: 8:00 AM to 3:30 PM Eastern Standard Time, Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the receiving area. Trucks shall be unloaded, moved from the receiving area, and then brought back to the receiving area if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Assembly, Installation, and Calibration Required (Yes No ) Training Required (Yes No ) The vendor is required to provide live clinical training on set up, operation, shut down, and troubleshooting procedures to nursing staff. The vendor shall coordinate training dates with the on-site Project Manager. Post-award, these dates will be confirmed with the vendor to meet the clinical schedule. The proposed training date will occur after installation of equipment. Confidentiality and Non-Disclosure This equipment does not connect to a VA network. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist, block 6, the C&A requirements apply to this requirement, and a Security Accreditation Package is not required. Salient Characteristics Monitor, Physiological, MRI Total Quantity: 1 Network Required if Checked Manufacturer Certified Installation Required if Checked BMET Training Required if Checked End User Training Required if Checked Basis of Design is Model# 3880Q Non-Magnetic MRI Patient Monitor. Brand Name or Equal Requirement Description: This unit will be used as an electronic sphygmomanometer designed and used in magnetic resonance environment. LCD displays non-invasive blood pressure, pulse rate/SPO2, and temperature through wireless communication from monitor to display in control room. This unit will not be connected to the VA network. The MRI Vital Signs Monitor must meet the following specifications and have the following operating features: Salient Characteristics: System Parameters with high/low selectable parameters: ECG(Electrocardiogram) Lead Configurations: I, II, III, AVR, AVL, AVF Heart Rate Range: 30-250 BPM +- 10% accuracy SpO2(Pulse Oximetry) with Programable Alarm Limits 1-100 % Saturation +-3% accuracy Pulse Range: 30-250 +-2% accuracy NiBP(Non-invasive Blood Pressure) with Programable Alarm Limits Measurement Range: Adult Systolic: 40-270mmHg +-5mmHg Adult Mean Arterial: 20-255mmHg +-5mmHg Adult Diastolic: 25-245mmHg +-5mmHg Manual and Automatic Readings with selectable intervals End-Tidal and inspired CO2 with Programable Alarm Limits CO2 waveform, EtCO2 and FiCO2 numeric values and respiration rate Respiration from CO2 Respiration Rate Range: 3-120 breaths per minute Accuracy: +- 1 breath Response Time: <800ms Unit must be able be rated for up to 3.0 Tesla Unit must have a touchscreen interface Unit must be rechargeable/battery operated Unit must have a mobile cart Unit must be wireless and send vitals to a second display in control room Unit will be vendor installed and trained The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Products and Services (DEC 2022) Addendum to FAR 52.212-4 The Following clauses are a addenda to 52.212-4 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) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) VAAR Clauses 852.203-70 Commercial Advertising (MAY 2018) 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.242-71 Administrative Contracting Officer (OCT 2020) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders *52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAR 2023) The following subparagraphs of FAR 52.212-5 are applicable: 52.225-1, Buy American--Supplies (OCT 2022) (41 U.S.C. chapter 83) The following solicitation provisions apply to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-1, Instructions to Offerors Commercial Items The following provisions are incorporated as part of the addendum to FAR 52.212-1 instructions to offers commercial items. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.212-2 Evaluation-Commercial Items (NOV 2021) (ADDENDUM TO 52.212-2 EVALUATION-COMMERICAL ITEMS) Per FAR 13.106-1(2) The Government will award a contract based on the offeror s ability to deliver the items in all CLIN s listed in List of Line items and product description section . Award will be made to the proposal that offers Best Value to the Government with regards to criteria noted in all sections. 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. The following are the decision factors: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. Following the receipt of quotes, the Government will perform evaluation of quotes comparatively, using the following factors: price (including installation, training, and warranty), quality, past performance, technical capability and a speedy delivery. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. All quoters shall submit their quote to the following: Duane.philgence@va.gov. 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 01/16/2024@ 12:00 pm EST. Late submissions shall not be evaluated. Please e-mail your responses to the Point of Contact listed below. Point of Contact Email: Duane.philgence@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2eab8a748cb54d1c979cdd882cd4aeb4/view)
 
Place of Performance
Address: Liberty Warehouse-SME Solutions 40 Industrial RD, Berkeley Heights 07922
Zip Code: 07922
 
Record
SN06931156-F 20240111/240109230044 (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.