Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SOLICITATION NOTICE

65 -- MRI Monitor and Infusion Systems

Notice Date
8/27/2024 6:55:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924Q0760
 
Response Due
9/6/2024 11:00:00 AM
 
Archive Date
10/06/2024
 
Point of Contact
Charles Olise, Contract Specialist, Phone: (918) 577-3012
 
E-Mail Address
Charles.Olise@va.gov
(Charles.Olise@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 Combined Synopsis/Solicitation for MRI Monitor and Infusion Systems This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. Solicitation number 36C25924Q0760 is issued as a request for quotes (RFQ). The government anticipates awarding a Purchase Order contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05. This acquisition is a Total Set-Aside for Small Business (SB) concerns. The North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing with a small business size of 1000 Employees. The Product Code is 6515 Medical and Surgical Instruments, Equipment, and Supplies. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office (NCO) 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne VA Medical Center. The Contractor shall submit prices for: one MRI infusion System, two Modular Pump Channel, one Wireless remote, one Non-magnetic IV pole, one Initial Library medication bundle, one 2 day IV pump training, one pump Maintenance agreement, one Modular Channel Maintenance agreement, one Remote Maintenance agreement, one MRI monitor System (w/ ECG, SP02,NIBP,CO2), one MRI remote system (w/ tablet, base and recorder), one Nonmagnetic roll stand, one Flexible mounting adapter, Premium Maintenance Agreement 1 yr., Premium Maintenance agreement. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). See Attachment 1 Statement of Work. Description and Pricing Schedule: All interested Small Businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: Cheyenne VA Medical Center 2360 E. Pershing Blvd Cheyenne, WY 82001 Brand Name or Equivalent: Item Number Description Quantity Unit of Measure Unit Price Extended Price 0001 MRI Standard Monitor System w/ ecQ-TEK - ECG, SPO2, NIBP, C02, MFR#3880Q-3 1 EA 0002 MRI Monitor Remote System w Tablet, Base and Recorder, MFR#3885 1 EA 0003 IRadimed Roll Stand, MFR# 1119M 1 EA 0004 Flexible Mounting Adapter, MFR# 1891 1 EA 0005 3880-03 Premium Maintenance Agreement: 1 YR. (Point of Sale), MFR#8810-3 1 EA 0006 3885 Premium Maintenance Agreement: 1 YR. (Point of Sale), MFR# 8815 1 EA 0007 MRidium MRI Infusion System with SpO2, MFR#3860+ 1 EA 0008 MRidium ""Side car"" Modular Pump Channel, MFR#3861 1 EA 0009 MRidium Wireless Remote Control, MFR#3865 1 EA 0010 MRidium Non Magnetic IV Pole, MFR# 1119 1 EA 0011 DERS INITIAL LIBRARY ENTRY BUNDLE, MFR# 9992B 1 EA 0012 Training 2 Day (IV Pump), MFR# 9999 1 EA 0013 MRidium Premium Maintenance Agreement: 1 YR. (Point of Sale), MFR#9591P 1 EA 0014 Sidecar Premium Maintenance Agreement: 1 YR. (Point of Sale), MFR# 9691P 1 EA 0015 Remote Premium Maintenance Agreement: 1 YR. (Point of Sale), MFR# 9791P 1 EA Total Price: $_______________ Salient Characteristics: MRI physiologic Monitoring MRI compliant Physiologic Monitoring system. Closed system. MRI compliant. Have remote operation and monitoring capability. Printing capabilities. Perform continuous EKG, Blood Pressure, Pulse, C02, O2 monitoring. 510k certification. User manual, instructions for use. Educational Inservice to staff for usage minimum 2 day. Base 1 year warranty. Reusable ekg leads and oxygen monitoring probes earlobe/finger. Equipment roll stand. Flexible mounting adapter. MRI Infusion pump MRI compliant Infusion Pump. Closed system. Ability to perform micro/macro infusions. MRI compliant. Non-magnetic IV Pole. Wireless control. Modular pump channel. Operate independently. 510k certification. User manual, instructions for use. Educational Inservice to staff for usage minimum 2 day. Base 1year warranty. FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). 5) Completed FAR 52.225-2 Buy American Certificate Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (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. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) 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 evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.225-1 Buy American-Supplies 52.225-2 Buy American Certificate FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) 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 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR 52.225-2 Buy American Certificate This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due September 06, 2024, by 12:00 p.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than September 03, 2024, by 12:00 p.m., local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Charles A. Olise via email at: Charles.Olise@va.gov. Inquiries submitted via telephone will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97fa0e5e2cc249948eae065e6b4a099c/view)
 
Place of Performance
Address: Department of Veterans Affairs Cheyenne VA Medical Center 2360 E. Pershing Blvd Cheyenne, WY 82001
 
Record
SN07188610-F 20240829/240827230130 (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.