Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

65 -- RITA Tissue Ablation System and Intelliflow Infusion Pump

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-10-RQ-0083
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
Adrian Cadena adrian.cadena@va.gov
 
E-Mail Address
PURCHASING AGENT
(adrian.cadena@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number VA-250-10-RQ-0081 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for purchase of interstitial tissue ablation system and infusion pump used in surgical procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This requirement is unrestricted open market solicitation for commercial items under the North Atlantic Industrial Classification System (NAICS) 339112, size standard/500 Employees, Other Direct Selling Establishments. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. This quote must include tissue ablation system and an infusion pump; installation, set up, and training; all without interfering with existing equipment currently in place. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. Vendor shall provide all installation and training necessary for items listed. Awarded item shall be delivered for acceptance after receipt of order to Louis Stokes VA Medical center as noted on purchase order with freight terms specified. PRICING: Offeror shall provide pricing for tissue ablation equipment as listed below. The total price offered shall include all charges necessary to install listed items. Brand Name or Equal: "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" must fully meet the salient characteristics requirements listed in the RFQ. LINE ITEMS: CLIN 1: RITA Radiofrequency Interstitial Tissue Ablation System including generator, power cord, foot switch, main cable, and be autoclavable, including all user/service manuals; or equal (Quantity 1) $___________CLIN 2: RITA Intelliflow Infusion Pump with IV pole and tubing sets, or equal (Quantity 1) $___________ PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions, 52.233-2 (Service of Protest), VAAR 852.233-70 (Protest Content), 852.233-71 (Alternate Protest Procedure), 852.270-1 (Representative of Contracting Officer), 52.212-1(k) (CCR Registration) Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: Offerors quotes must provide evidence of technical compliance. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet The provision at VAAR 852-211-73, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. A one year warranty is requested. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: VAAR 852.203-70 (Commercial Advertising) and 852.203-71 (Department of Veteran Affairs Hotline Poster), 52.211-6 and VAAR 852.211-73 (Brand Name or Equal). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-21, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-13, 52-232-34. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Questions must be submitted via email to adrian.cadena@va.gov by 12:00PM on January 26, 2010. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 11:00 AM January 29, 2010. Technical questions and Quotes must be sent by email to adrian.cadena@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-10-RQ-0083/listing.html)
 
Place of Performance
Address: Louis Stokes VA Medical Center;10701 East Blvd;Cleveland, OH
Zip Code: 44106
 
Record
SN02046957-W 20100123/100121235421-85ff478e33883c910416fcb802c55b5e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.