Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
DOCUMENT

65 -- Regional Oximetry System - Attachment

Notice Date
7/21/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26114Q0751
 
Response Due
7/31/2014
 
Archive Date
8/30/2014
 
Point of Contact
Angela Oppenheimer
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 will be used. NAICS code is 339112, size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74, effective July 1, 2014. B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00261 Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 150 Muir Road Martinez CA 94553-4668 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: []52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration, or [X]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Upon Government acceptance 4. 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 FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE STATEMENT OF WORK PURPOSE: To purchase two (2) NONIN / TERUMO Regional Oximetry Systems (Mdl#RS232) surgery units OR EQUAL. Units are urgently required and accelerated delivery is requested due to the specific and critical nature of monitoring of patient oxygen saturation to the brain while under anesthesia during long procedures. This equipment should come with 1 year warranty for all repairs, parts, and labor. This equipment is standard for Cardiothoracic, Vascular and Neuro surgeries. Delay in award will impact safety of patients within OR care. Goal: Attain requirement to provide appropriate standard of facility care in surgery. Attain accelerated award and delivery. Delivery: S.T.V.H.C.S. - Logistics Service Warehouse 7400 Merton Minter Blvd. San Antonio, TX 78229 B.2 Price/Cost Schedule Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 17600 REGIONAL OXIMETRY SYSTEM - RS232, NONIN or equal; in accordance with salient characteristics below.2.00EA____________________________________ GRAND TOTAL __________________ Nonin Regional Oximetry System or equal a)Item should be of reasonable size(no more than 12" by 10") and weight (no more than 3 lbs) to allow for attachment to an IV pole in order to provide continuous oximetry monitoring through all phases of operative care. b)Item should be of reasonable weight (no more than 3 lbs) to allow for attachment to an IV pole in order to provide continuous oximetry monitoring through all phases of operative care. c)Equipment shall be used to monitor patient oxygen saturation to the brain while under anesthesia during long procedures and following surgical intervention. This equipment is standard for Cardiothoracic, Vascular and Neuro surgeries. Delay in award will impact safety of patients within OR care. 2)This is a portable device that can be attached to IV pole to utilize during all phases of surgical intervention on neurosurgery, cardiothoracic and vascular patients. Utilization of dual emitter and detector sensors to produce accurate measurement of arterial and venous oxygen saturation. Real-time readings available. Battery Life of at least 2 hours to ensure safe transition of patients through all phases of surgical care. B.3 Delivery Schedule ITEM NUMBERQUANTITYDELIVERY DATE 1SHIP TO:VA Southern Texas Health Care System Logistics Service Warehouse 7400 Merton Minter Boulevard San Antonio,TX 78229 4404 FOB DESTINATION2.0008/31/2014 or sooner SECTION C - CONTRACT CLAUSES C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar FAR Number Title Date 852.203-70COMMERCIAL ADVERTISINGJAN 2008 852.211-73BRAND NAME OR EQUALJAN 2008 852.215-71EVALUATION FACTOR COMMITMENTSDEC 2009 852.232-72ELECTRONIC SUBMISSION OF PAYMENT REQUESTSNOV 2012 852.246-70GUARANTEEJAN 2008 852.246-71INSPECTIONJAN 2008 52.212-4CONTRACTING TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2014)MAY 2014 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS For this clause, the following (b) sub-clauses are checked and applicable: 12, 25, 28, 29, 30, 31, 33, 35, 40, 41, 44 and 51.JUNE 2014 SECTION E - SOLICITATION PROVISIONS INSTRUCTIONS TO OFFERORS Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers must be submitted on the SF 1449. Boxes 2, 17a, 17b, 26, 30 a, b and c; and Section B - Price/Cost Schedule shall be completed on the SF 1449. At minimum, offers shall include the following: (1) COMPLETE TECHNICAL SPECIFICATIONS AND PRICING INFORMATION: - Offers shall include: a) Clear and detailed product specifications; b) Exceptions to salient characteristics (state "No" next to each salient characteristic that does not meet the minimum requirements); c) Photos, drawings, or graphical images (color preferred) clearly depicting the product specified in quote; d) Complete pricing information; and e) All documentation that is requested herein. Offers that fail to furnish the required information may be excluded from consideration; (2) Terms of any express warranty; (3) "Remit to" address, if different than mailing address; (4) Acknowledgment of Solicitation Amendments; (5) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (6) Federal Tax ID Number of Offeror (GSA contract holder); (7) Offeror's GSA Contract Number, including beginning and ending dates; (8) DUNS number of Offeror (GSA contract holder); (9) Delivery ARO (upon receipt of order); and (10) Equipment Place of Manufacture (include city, state, ZIP+4; or foreign country) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to give an Offeror the opportunity to explain and/or mitigate adverse past performance during verbal, written and/or electronic interactions after receipt of quote. ? EVALUATION FACTORS The Government shall evaluate proposals based on the lowest priced, responsible, technically acceptable offer. The following shall be used to evaluate offers: Technical Capability. Offeror's technical capability shall be evaluated in accordance with Section D, "Instructions to Offerors". A Note on Determining Responsibility of Suppliers: All relevant facts and circumstances gathered from sources of information available to the Government (e.g., National Institutes of Health [NIH] Contractor Performance System [CPS] and Past Performance Information Retrieval System [PPIRS]) will be used as part of determining the responsibility of prospective suppliers. If an Offeror has not commented on negative past performance evaluations obtained by the Technical Evaluation Board, the Offeror may be given the opportunity to explain and/or mitigate adverse past performance during verbal or written interactions after receipt of proposals. Offerors who do not have relevant past performance will receive a neutral rating (neither favorable nor unfavorable). E.1 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26114Q0751/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-14-Q-0751 VA261-14-Q-0751_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1513181&FileName=VA261-14-Q-0751-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1513181&FileName=VA261-14-Q-0751-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03431434-W 20140723/140721234422-15a04e42e1a603feecea3ad6f476ed2d (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.