Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
DOCUMENT

65 -- Heart-Lung Machine - Salt Lake City VA - Attachment

Notice Date
3/6/2017
 
Notice Type
Attachment
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0284
 
Response Due
3/10/2017
 
Archive Date
5/9/2017
 
Point of Contact
Kurt Tanny
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ VA259-17-Q-0284: Sorin S5 Heart-Lung Perfusion Systems This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is VA259-17-Q-0284. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 effective January 13th, 2017. The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1250 employees. This solicitation is a 100% set-aside for Service Disabled Veteran-Owned Small Businesses. The Department of Veterans Affairs, Network Contracting Office 19, is soliciting offers from Service Disabled Veteran-Owned Small Businesses (SDVOSBs) to supply the George E. Whalen VA Medical Center with two (2) Sorin S5 Cardiac Perfusion Machines (CMPs), Pump Modules, Tubing, Control Desks, SCP Centrifugal Pumps, DSM Connections, and the trade-in of two (2) Sorin S3 CMPs. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. This combined synopsis/solicitation is for exact match, Brand Name Only, items listed in the table below. *Offers are to be provided to kurt.tanny@va.gov no later than 4:00pm EST Friday, March 10th, 2017. **The deadline for all questions is 10:00am EST Wednesday March 8th, 2017. CLIN BRAND-NAME DESCRIPTION BRAND-NAME PRODUCT # QUANTITY UNIT UNIT PRICE AMOUNT 0001 Sorin S5 Heart-Lung Perfusion System including S3 Trade-in Refer to Below: S5 Heart Lung Perfusion System 2 EA 0002 Connect Data Management System Refer to Below: Connect Data Management System 1 EA GRAND TOTAL ______________ S5 HEART LUNG PERFUSION SYSTEM Catalog No. Description Quantity Per System S5 Consoles 48-40-00 4-Pump console (includes: Timer, power supply, emergency power supply, electronic and power supply pack and mast system) 1 45-09-10 Cable holding and organizing system 1 45-09-11 Cable holding and organizing system 1 43-42-61 Cap for fast clamp (6 pcs.) 1 45-95-11USA Operators Manual 1 S5 Pump Modules 10-80-00 Single roller pump 1 10-85-00 Double Roller Pump 1 10-84-64 Double Pump Tray 1 Variolock Tubing Gate and Accessories 10-81-30 Tubing Gate 1 S5 Control Desk 28-95-00 4-slot system Panel 1 28-95-10 Display Module 4 S5 Control Devices and Monitors 22-20-20 Pressure sensor module (2 channel) 1 20-30-20 Temperature sensor module (4 channels) for YSI probes 1 23-40-00 Level Sensor (incl. 23-27-40, 23-27-41) 1 75-521-548 Holder (required for Level Sensor II 23-27-40) 1 23-27-60 Mounting pads, Level sensor II 1 23-45-00 3/8" Bubble sensor module w/420 mm holder, incl. (23-07-50, 23-26-96, 23-45- 20 and 96-06-10) 1 10-07-48 Tubing insert, metal, 3/8 X 3/32, BLUE 1 S5 Accessories - Masts and Crosstrays 48-41-19 Crosstray 4 position W/Power Outlet 1 S5 Miscellaneous 35-05-70 Led Lamp 24V 1 SCP Centrifugal Pump 60-00-60 CP5 System 1 45-90-75USA Operator Manual for the CP5 60-00-60 1 60-05-65 ERC Clamp (620 mm) 1 45-91-71USA Operator Manual for the ERC Clamp 1 0264-2049 Abbott Transpac IV Pressure Transducer Cable 2 Discount for One (1) Sorin S3 System Trade-in CONNECT DATA MANAGEMENT SYSTEM Catalog No. Description Quantity Connect DMS 24-90-30 Connect Recorder for S5 & C5 Customers 2 24-90-45 Connect Manager with Dongle 1 45-90-14USA User Manual Sorin Connect 2 45-90-74USA User Manual Datapad II 2 Connect DMS Connection Fee 1 80276025 Connection to Terumo CDI 500 1 45-12-61 CONN Cable, CDI 100/500 2 080332000 Connection to CareScape B650/B850 1 45-12-66 CONN Cable, S5, Datex 2 45-12-47 DMS Cable, 5M Extension 2 080276017 Connection to Quest Medical Cardipolegia Pump 1 45-12-08 CONN Cable, S5, Special Cable to S5 Converter 2 Local Requirements: PURPOSE The overall purpose is to deliver, install, training, and support the above items to the George E. Whalen VA Medical Center located at 500 Foothill Drive, Salt Lake City, UT 84148. DELIVERY AND INSTALLATION Delivery and Installation Location: Contractor shall deliver and install all equipment to the George E. Whalen VA Medical Center located at 500 Foothill Drive, Salt Lake City, UT 84148 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. Delivery will be coordinated through the On Site Point of Contact. POCs for delivery will be disclosed upon award INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On Site Point of Contact upon completion of delivery and installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of delivery. The Contractor shall conduct a joint inspection with the On Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. OPERATOR TRAINING Contractor shall provide all training materials at scheduled after the completion of all installation work and testing. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the On Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. Concurrence from the VA Facilities Management POC and On Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. EQUIPMENT CONDITION Any award made as a result of this solicitation will be made on an All or Nothing Basis. All Items being solicited (Products and/or Receivables as appropriate) must be of New Manufacture; New Equipment ONLY. NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. SAM REQUIREMENT This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Commercial Items Terms and Conditions: The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial, Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Literature that provides details of how the Contractor's Equipment meets the required product characteristics (2) Price. 52.212-2, Evaluation--Commercial Items, The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable quote with the lowest price. Pursuant to FAR 52.212-2, the criteria for review are: (1) Technical, (2) Price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the technical quote of the lowest priced Offeror only. If the lowest priced Offeror s technical quote is determined to be rated as Acceptable, the Government may make award to that Offeror without further review of the remaining Offerors technical quotes. If the lowest priced Offeror s technical quote is determined to be rated as Unacceptable, then the Government may review the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be rated as Acceptable. The government reserves the right to award without discussions. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02); 52.204-7, System for Award Management; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.204-22, Alternative Line Item Proposal; 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012); 52.212-1, Instructions to Offerors- Commercial Items; 52.219-1, Small Business Programs Representations (Oct 2014); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications; 52.233-2, Service of Protest The following FAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998) The following clauses apply to this acquisition: 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items 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/ The following FAR Clauses are to be incorporated by reference: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.212-4, Contract Terms and Conditions--Commercial Items; 52.204-18, Commercial and Government Entity Code Maintenance; 52.247-34, F.O.B. Destination The following VAAR Clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.211-70, Service Data Manuals, Mechanical Equipment; 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection 852.246-70, Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacturers Commercial Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0284/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0284 VA259-17-Q-0284.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3318587&FileName=VA259-17-Q-0284-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3318587&FileName=VA259-17-Q-0284-000.docx

 
File Name: VA259-17-Q-0284 RFQ - Brand Name Justification - Sorin S5 CPMs for Salt Lake City VA .pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3318588&FileName=VA259-17-Q-0284-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3318588&FileName=VA259-17-Q-0284-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04423979-W 20170308/170306234304-1adaf6a99e15e7749de4ef115d86b26c (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.