Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2017 FBO #5591
DOCUMENT

65 -- Gastrointestinal Endoscopes and Bronchoscopes (Brand name or equal) - Attachment

Notice Date
3/13/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;West Palm Beach VAMC;7305 North Military Trail;Palm Beach Gardens FL 33410
 
ZIP Code
33410
 
Solicitation Number
VA24817Q0528
 
Response Due
3/23/2017
 
Archive Date
4/22/2017
 
Point of Contact
Terry Emory
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FedBizOpps Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Rev. March 2010 65 Gastrointestinal(GI) Endoscopes and Bronchoscopes(pulmonary) 33410-6400 VA248-17-Q-0528 03-23-2017 30 N 14 339112 Department of Veterans Affairs West Palm Beach VA Medical Center 7305 North Military Trail Palm Beach Gardens FL 33410-6400 Terry Emory 561-422-1364 VA Caribbean Healthcare System (672) #10 Casia Street 00921 San Juan Puerto Rico va.gov Department of Veteran's Affairs terry.emory@va.gov Contracting Officer's email Page 42 of 42 (i) 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 and utilizing Subpart 13.5 Commercial Items-Test Program procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Department of Veterans Affairs, San Juan VA Medical Center has a need to procure Gastro-intestinal Endoscopes and Bronchoscopes, brand name or equal for the San Juan VA Medical Center GI and Pulmonary service. (ii) The combined synopsis solicitation number is VA248-17-Q-0528. It s issued as a Request for Quotation (RFQ). (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-87-2 (4-06-2016). (iv) The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS is 339112. Business size standard is 1000 employees. Note, Interested Service Disabled/Veteran Owned Small Business [SDVOSB/VOSB] Offerors must be listed and registered in Vetbiz.gov to be considered for Award. (v) This combined synopsis solicitation is for the purchase of Gastro-intestinal Endoscopes and Bronchoscopes that operate with the current system in place. Any response shall include manufacturer plus parts list, along with details on how such item(s) will operate with current equipment. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. (vi) A description of the items to be acquired is in the following Statement of Works x 2 for each set of endoscopes: STATEMENT OF WORK: GI Endoscopic Equipment Gastroenterology Section / Medical Service INTRODUCTION/BACKGROUND: The San Juan VAMC is in need of the latest generation diagnostic/therapeutic endoscopes and maintenance and repair services. Having the latest technology will provide GI physicians the appropriate tools to better diagnose and treat diseases of the digestive tract. It helps to perform a precise diagnosis of the existence of ulcers, benign and malignant tumor lesions, lesions causing internal bleeding, etc. Also it facilitates the taking of biopsies and the performance of different therapeutic techniques. The purchase of this equipment will bring multiple benefits to our patients and the institution. It will guarantee that our patients are receiving state of the art evaluation and treatment. SCOPE OF WORK: The requested endoscopic equipment will be installed by the vendor with the support of Biomedical personnel. The vendor is responsible for the equipment maintenance for a 60 month period covered by a full service agreement as a base and four option period, beginning on date of award. PLACE OF PERFORMANCE: All labor, training and maintenance are going to take place at VACHS Gastroenterology Section facility under VACHS policies. VA Caribbean Healthcare System shall limit access to those individuals requiring access to perform functions related with this equipment. WORK REQUIREMENTS: The vendor shall provide all labor, training and all other resources required to deliver the requirements stated herein. All vendor employees have to successfully complete the Cyber Security Awareness and Rules of Behavior Training and the appropriate VA Privacy training based on their skill trade as it relates to privacy or security in their work on this procurement. DESCRIPTION OF EQUIPMENT AND SERVICES: All equipment acquired shall be fully compatible with existing technology within the section. The San Juan VAMC currently utilizes the Olympus Endoworks 7 reporting system. Therefore the new equipment/system must interface with institution HL7 support system and allow transmission of clinical images, procedure reports and critical patient data to patient s electronic medical record system. Also the requested equipment shall have full compatibility with the existing scopes including the models GIF 2Y-160, TJF-Q180V, GIF-XP180N and SIF-Q180 and the Automated Endoscope Reprocessors/Medivators. However, the vendor may offer an entire new system that emulates the current utilized system. The vendor will include all the training, installation and maintenance. COMPONENTS 1 7 Evis Exera III Video Dual Focus (enabled with HQ endoscopes) Narrow Band Imaging Pre-Freeze feature automatically selects  the sharpest still image Image Processing Signal Output enables optimal image for the installed infrastructure. 16:9 and 16:10 format availability for HD monitors 2 7 Evis Exera III Light Narrow Band Imaging Waterproof One-Touch Connector Cooling Fan Link Connection: A new link connection to peripheral devices, such as Scope Guide and flushing pumps, avoids complicated cable connections and accelerates transmission speed. 3 7 Interface Converter CV Interface Converter Device 4 8 Remote Cable Peripheral REMOTE CABLE PERIPHERAL DEVICE 1.8M for CV-190 5 9 SDI Cable 2.5M SDI Cable f/ CV-180/CV-190/OTV-S190/CV-290, 2.5m 6 5 25 ft PC video Cable for CV-180 7 1 3ft PC Video cable for CV-180 8 1 HD Printer Power Supply Power Supply: 100 120 V AC ±10% 50/60 Hz Apparent Power: 280 VA Ambient Temperature: 10 35 °C (50 to 95 °F) Size Size (W x H x D): 280 x 125 x 398 mm Weight: 9 kg Printing Printing Method: Dye sublimation Print Area: 2528H x 1920V dots (169.4 x 128.6 mm) Printing Resolution: 379 dpi Print Speed (Approximate): 29 s (normal), 21 s (high) Multi-Picture Splitting: 1, 2, 3, or 4 Input Terminal: RGBsync (BNC type), VIDEO (BNC type), S VIDEO (mini DIN type), SDI (BNC type) Output Terminal: RGBsync (BNC type), VIDEO (BNC type),S VIDEO (mini DIN type), SDI (BNC type) Supplied Accessory: Trial printing pack Available Accessories: Remote control unit (MAJ-898), color printing pack (UPC-55) 9 1 BNC Cable BNC cable for CV-160 10 1 Electrosurgical Generator Contains unit, combination footswitch, active cord 11 1 Peristaltic Water Pump Flow rate 10 270 ml/min (Pump tube ID 3.2 mm) 20 600 ml/min (Pump tube ID 4.8 mm) Pump head 4 rollers, detachable Type, protection class CF, Class I Power supply 100 240 V, 50/60 Hz, 60 VA Size (W ×D× H), incl. pump head 295 × 430 ×115 mm Weight, without footswitch 5.6 kg 12 1 Water Bottle Holder 13 2 Power Cord for ESG-100 and AFU-100 14 10 26" Full HD LCD Monitor LCD Panel Screen size 26 inches Display devices a-Si TFT active matrix Resolution 1,920 × 1,080 pixels (full HD) Contrast ratio 1,400:1 Aspect ratio 16:9 Viewing angle 178 ° (horizontal and vertical) Number of colors 1.07 billion Size Dimensions 626.8 (W) × 395.2 (H) × 79.6 (D) mm Weight 7.8 kg Power Supply LCD monitor AC IN: 100 240 V, 50/60 Hz, 0.96 0.47 A DC IN: 24 V, 3.6 A, 5 V, 0.03 A (supplied by optional AC adapter) Input SDI (1) BNC connector SDI (2) VIDEO BNC connector Y/C 4-pin mini-DIN HD15 D-sub 15-pin DVI (1) DVI-I connector DVI (2) DVI-I connector Aux in (HD/SD-SDI) BNC connector Output HD/SD SDI (1) BNC connector with active-through output SDI (1) SDI (2) VIDEO BNC connector with loop-through output and auto 75 termination Y/C 4-pin mini-DIN with active-through output HD15 D-sub 15-pin with active-through output DVI (1) DVI-I connector with active-through output DVI (2) Clone Out (3G/HD-SDI) BNC connector Remote RS-232C connector D-sub 9-pin GPI connector RJ-45 15 3 Mounting Adaptor for flat panel 16 4 Workstation GI Standard Storage The WM-NP2 trolley accommodates a wide range of electro-medical devices to meet the requirements of either routine or advanced endoscopic procedures. Monitor position The all new LCD Monitor Arm allows the operator to optimise the viewing position with ease, due to the integral gas spring and tensioned joints providing excellent balance in use. Cable management Optimised cable management is achieved through a range of cable channels integral to the workstation hoop, with the addition of dedicated cable winders at the rear of the workstation shelves for safety and convenience. Electrical safety An Olympus separation transformer is fitted as standard to meet electrical safety requirements. Output from the transformer is controlled by a central switch, allowing all connected equipment to be powered up simultaneously. Clip in accessories In a completely new concept, a range of clip in accessories are provided for the cart, from water bottle clips to cable holders allowing users to customise their workstation. Drawer pack The drawer pack facilitates safe storage of a variety of devices, providing a practical addition to the workstation. Multiple drawer packs can be fitted to a single workstation. Gas bottle holder Safe and easy to use single and double gas bottle holders for various bottle sizes support all procedures with CO2 insufflation in surgical and medical endoscopy. 17 3 Workstation CO2 WORKSTATION GI CO2 STANDARD SET 18 7 Universal Stowage Container 19 7 Videoscope cable Evis CV-180 Pigtail cable 20 1 Cable HD-RGB CABLE CONNECTING THE EU-ME1 TO THE SDI CONVERTER 21 1 SDI Converter VGA/RGBS/YPBPR/SOG INPUT UNIT 90T0013 22 1 remote cable 2m REMOTE CABLE REQUIRED FOR CONNECTING EU ME1 TO CV 190 23 1 Keyboard integration cable MAJ 1710 INTEGRATION USB ADAPT 24 1 Forward-Viewing ultrasound videogastroscope Optical System Field of view 120 ° Direction of view Forward viewing Depth of field 3 to 100 mm Insertion Tube Distal end outer diameter 14.6 mm Insertion tube outer diameter 12.6 mm Working length 1245 mm Instrument Channel Channel inner diameter 3.7 mm Minimum visible distance 5 mm from the objective lens Bending Section Angulation range UP 180 °, DOWN 90 °, RIGHT 90 °, LEFT 90 ° Total Length 1560 mm Ultrasound Functions With EU-ME1, EU-ME2 With ProSound SSD- 10, F75 Operation Mode EU-ME1: B mode, color flow mode, power flow mode EU-ME2: B mode, THE mode, H-FLOW mode, COLOR FLOW mode, POWER FLOW mode, PW mode, CH-EUS mode and ELST mode (Elastography) B-mode, M-mode, D-mode, Flow mode, Powerflow mode Scanning Method Electronic curved linear array Electronic curved linear array Scanning Direction Parallel to the insertion direction Parallel to the insertion direction Frequency 5, 6, 7.5, 10, 12 MHz*1 5, 6, 7.5, 10 MHz*1 Scanning Range 90 ° Contacting Method Sterile deaerated water immersion method, Direct contact method*2 25 2 Curvilinear Endoscope Optical System Field of view 100 ° Direction of view Forward oblique viewing 55 ° Depth of field 3 to 100 mm Insertion Tube Distal end outer diameter 14.6 mm Insertion tube outer diameter 12.6 mm Working length 1,250 mm Instrument Channel Channel inner diameter 3.7 mm Minimum visible distance 6 mm Bending Section Angulation range UP 130 °, DOWN 90 °, RIGHT 90 °, LEFT 90 ° Total Length 1,555 mm Ultrasound Functions With EU-ME1 With Hitachi Aloka 10 / 7 Cable MAJ-1597 Cable Length 1,500 mm 1,500 mm Operation Mode B-mode, Color Flow mode, Power Flow mode Scanning Method Electronic curved linear array Electronic curved linear array Scanning Direction Parallel to the insertion direction Parallel to the insertion direction Frequency 5, 6, 7.5, 10, 12 MHz Scanning Range 180 ° Contacting Method Balloon method, Direct Contact method 26 2 Ultrasound Cable Detachable cable for EUS & EBUS scopes 27 3 Scope Guide Endoscope SCOPEGUIDE PROCESSOR INCLUDES MAJ-1859,1868,1875,1881,1907 28 3 Cable MAJ 1898 CLV UPD CABLE 29 3 Communication Cable COMMUNICATION CABLE 1.8M 30 3 SDI Cable 2.5M SDI CABLE 2.5M 31 3 Scope Guide Reference Plate SCOPEGUIDE REFERENCE PLATE 32 18 Evis Exera III High Optical System Field of view 140 ° Direction of view Forward viewing Depth of field 2-100 mm Insertion Section Distal End outer diameter 9.2 mm Insertion Tube outer diameter 9.2 mm Working Length 1,030 mm Instrument Channel Channel inner diameter 2.8 mm Minimum visible distance 3.0 mm from the distal end Bending Section Angulation range Up 210 ° Down 90 ° Right 100 ° Left 100 ° Total Length 1,350 mm Compatible EVIS EXERA System Video System Center OLYMPUS CV-190 Xenon Light Source OLYMPUS CLV-190 33 5 Evis Exera III High Optical System Field of view Normal 140 ° Near 140 ° Direction of view Forward viewing Depth of field Normal 5-100 mm Near 2-6 mm Insertion Section Distal End outer diameter 9.9 mm Insertion Tube outer diameter 9.9 mm Working Length 1,030 mm Instrument Channel Channel inner diameter 2.8 mm Minimum visible distance 3.0 mm from the distal end Bending Section Angulation range Up 210 ° Down 90 ° Right 100 ° Left 100 ° Total Length 1,350 mm Compatible EVIS EXERA System Video System Center OLYMPUS CV-190 Xenon Light Source OLYMPUS CLV-190 34 2 Ultra Slim Endoscope Optical System Field of view 140 ° Direction of view Forward viewing Depth of field 3-100 mm Insertion Section Distal end outer diameter 5.4 mm Insertion tube outer diameter 5.8 mm Working length 1,100 mm Instrument Channel Channel inner diameter 2.2 mm Minimum visible distance 3.0 mm from the distal end Bending Section Angulation range Up 210 ° Down 90 ° Right 100 ° Left 100 ° Total Length 1,420 mm Compatible EVIS EXERA System Video System Center OLYMPUS CV-190 Xenon Light Source OLYMPUS CLV-190 35 1 Therapeutic two channel HD Optical System Field of view 140 ° Direction of view Forward viewing Depth of field 2 to 100 mm Distal End Outer diameter 12.2 mm Insertion Tube Outer diameter 12.6 mm Bending Section Angulation range Up 210 °, Down 90 °, Right 100 °, Left 100 ° Working Length 1,030 mm Total Length 1,350 mm Instrument Channel Inner diameter A: 2.8 mm, B: 3.7 mm Minimum visible distance A: 3 mm from the distal end B: 5 mm from the distal end 36 27 Evis Exera III HD Channel Width: 3.7 Working Length: L: 1680, I: 1330 Field of View: Normal 170, Near 160 Direction of View: Forward viewing Depth of Field: Normal 5-100, Near 2-6 Outer Diameter: 13.2 Outer Diameter Insertion Tube: 12.8 Max Angulation Up: 180 Max Angulation Down: 180 Max Angulation Right: 160 Max Angulation Left: 160 37 7 Evis Exera III colonovideoscope Optical system Field of view 170 ° Direction of view Forward viewing Depth of field 2 100 Insertion section Distal end outer diameter 13.2 mm Insertion tube outer diameter 12.8 mm Working length L: 1680 mm, I: 1330 mm Instrument channel Channel inner diameter 3.7 mm Minimum visible distance 3.0 mm from distal end Direction from which endotherapy accessories Bending section Angulation range Up 180 ° Down 180 ° Right 160 ° Left 160 ° Total length L: 2005 mm I: 1655 mm Compatible EVIS EXERA system Video system center OLYMPUS CV-190 Xenon light source OLYMPUS CLV-190 38 2 Uktra Slim EE III colonovideoscope Channel Width:  3.2 Working Length:  L: 1680, I: 1330 Field of View:  140 Direction of View:  Forward viewing Depth of Field:  2-100 Outer Diameter:  9.7 Outer Diameter Insertion Tube:  9.5 Max Angulation Up:  180 Max Angulation Down:  180 Max Angulation Right:  160 Max Angulation Left:  160 39 1 Video Duodenoscope Optical System Field of view 100 ° Direction of view Backward side viewing 5 ° Depth of field 5to 60 mm Distal End Outer diameter 13.7 mm Insertion Tube Outer diameter 11.3 mm Bending Section Range of distal end bending Up 120 °, Down 90 °, Right 110 °, Left 90 ° Working Length 1,240 mm 40 4 18 Powdered-Coated Steel Storage Cabinet Type EDC Plus Number of endoscope positions 8 (for extension units 8 and 4) Drying time (default setting) 120 minutes Storage time (default setting) 168 hours Ambient temperature location 25 °C (+/ 5 °C) briefly 35 °C Relative humidity location 30 75% Dimensions EDC Plus W: 1280 x D: 470 x H: 2130 2180 (height adjustable feet) EDC Plus 8-scope extension unit W: 1100 x D: 470 x H: 2130 2180 (height adjustable feet) EDC Plus 4-scope extension unit W: 680 x D: 470 x H: 2130 2180 (height adjustable feet) Weight 200 kg Depth of chamber 350 mm Volume of cabinet 0.65 m3 Space per endoscope 90 mm Electrical connections Power supply 220 - 240 V Connections L1, N, PE Frequency 50 - 60 Hz Max. current 1,0 A Max. power consumption 230 W Air supply Compressed air Pressurized medical grade air or compressed dry air Connection Preferably ½ inner thread (hose ø 8mm) Pressure 3 8 bar Dew point 43 °C Max. consumption 100l/min, 8 endoscopes Max Consumption per scope per day 7.2 m3/h Air feed into chamber Internal ventilator approx.12 m ³/h HEPA filter H13 Resistance HEPA filter 200 Pa Network connections Connections TCP/IP; 10/100 (RJ45) 41 4 Interior Led storage cabinet 42 4 Keyless storage cabinets 43 4 Circulation Fan storage cabinets 44 1 Balloon Control Unit Power 100 V 240 V AC 50/60 Hz Consumption electric power 150 VA Set Pressure of Balloon 5.4 kPa + 2.6 kPa / - 0.0 kPa Size (W×H×D) 374×151×486 mm Weight 11 kg (Balloon Control unit) 0.4 kg (OBCU Remote Controller 45 9 Single Use Splinting tube Insertion Tube Outer diameter 13.2 mm Inner diameter 11 mm Working Length 1,320 mm Total Length 1,400 mm Material of the Tube Silicone rubber Material of the Balloon Silicone rubber Hydrophilic Lubrication Coating 46 3 Co2 Regulation Unit Control Button: Simple start/stop button on front panel efficiently controls gas flow. Gas Connection: Dedicated cylinder hose allows easy exchange of carbon dioxide cylinders, or unit may be connected to hospital medical gas supply. Size: Compact size and lightweight at just 4.9 kg to easily fit on existing endoscopy station. Flow Rate: High gas flow rates allow rapid insufflation when required. 47 3 Cylinder Hose with Switchover 48 3 Gas/water valve Endoscope Compatibility Colonoscopes: OES 40, EVIS 140, 145, 160, 165, 180, 185, 170, 190, 240, 260, 290 49 3 Gas/water container Endoscope Compatibility: Gastro-, colono-, and duodenoscopes: OES 40, EVIS 140, 145, 160, 165, 180, 170, 240, 260, 290 Water bottle for use with CO 50 3 Extra long flow gas SCHEDULES/MILESTONES Upon delivery of the equipment to VA Caribbean Healthcare System, the vendor shall provide on-site set-up and assembly, installation and integration of new equipment to existing system based on VISN 8 and VA Caribbean Healthcare System policies and procedures, available on request by our Bio-medical Department. During the installation, the vendor will provide technical support by being able to respond to questions related to the equipment. The vendor is responsible for providing VACHS staff with instructions for all workstations procured under this contract. All installation, training and maintenance shall be performed at VA Gastroenterology Section from 7:00am to 5:00 pm, Monday through Friday under supervision of VACHS staff. The vendor shall work with Bio Medical Engineering and Office of Information Technology (OIT) to implement an effective training program for both users and administrative support staff. GI Section shall be responsible for scheduling training and arranging for the presence of personnel to be trained. User training shall cover all user aspects. Trainees should be fully capable of training others in the proper use and operation of the equipment. Technical training shall cover preventive maintenance and testing of image display and associated equipment. ACCEPTANCE CRITERIA: The biomedical engineering and the Office of information Technology (OIT) are responsible for final acceptance testing. Equipment will be put into clinical use during the implementation. Implementation must be 100%, all equipment operational full functionality as specified within the resulting contract before being considered as complete and accepted. If deficiencies found at the time of acceptance testing are corrected, final acceptance will be issued upon validation of deficiency correction, and the warranty start date shall commence on the date the initial acceptance testing was completed. Statement of Work Bronchoscopes General Scope of Work Endobronchial ultrasound (EBUS) provides a minimally invasive means for physicians to see beyond the bronchial wall to sample tissue, lymph nodes, or lesions outside of the bronchial airway. Two imaging modalities for EBUS including radial and curvilinear platforms are needed. Radial ultrasound provides 360o images of the airway wall and surrounding structures external to the airway. Curvilinear ultrasound provides 60o images of the airway wall and surrounding structures external to the airways. This requirement is for the below equipment with maintenance and repair services, for a base and four year option period, beginning on date of award. Place of Performance: All training and in-service orientation is going to take place at VACHS Pulmonary & CCM Section OPA in the room 1F1-146 facility under VACHS policies. Work Requirements: The vendor shall provide all supervision, training and resources required for delivery, set-up, and operability of the equipment. Description of Equipment and Services: All equipment proposed by the vendor shall have full compatibility with VACHS and Pulmonary Service Equipment that is currently being used in our facility. The cleaning and maintenance procedures of equipment shall follow applicable standard operating procedures as outlined by VA regulations and manufacturer guidelines. Scheduled maintenance will be provided by the Biomed division following manufactures guidelines. Schedule / Milestone: Upon delivery of the equipment to VA Caribbean Healthcare System, the vendor shall provide on-site set-up and assembly and training of new equipment to Respiratory Therapy Staff based on VISN 8 and VA Caribbean Healthcare System policies and procedures. During the installation, the vendor will provide technical support and respond to questions related to the proper function of equipment. The vendor shall work with Bio Medical Engineering to implement an effective training program for users and related support staff. Pulmonary Section shall be responsible for scheduling training and arranging for the presence of personnel to be trained. User training shall cover all operational aspects and post training a Certified Trainee should be fully capable of training others in the proper use and operation of the equipment. Technical training shall cover preventive maintenance and testing of image display and associated equipment. Acceptance Criteria: Biomedical engineering is responsible for final acceptance testing. Equipment will be put into clinical use during the implementation. Implementation must be 100% usable of all equipment on operational and functionality as specified within the resulting contract. If deficiencies found at the time of acceptance testing are corrected, final acceptance will be issued upon validation of deficiency correction, and the warranty start date shall commence on the date the initial acceptance testing was completed. COMPONENTS LINE ITEM DESCRIPTION 1 Video System Center Narrow Band Imaging. Waterproof One-Touch Connector: waterproof connector enables a one-step connection to the light source and does not require a separate video cable for connection to the video processor. Reduced time during procedure setup and dismantling. Cooling Fan: Reduced operating noise. Link Connection: Link connection to peripheral devices, such as Scope Guide and flushing pumps, un-complicated cable connections and accelerated transmission speed. 2 High Intensity 300 W Xenon Light Source Bright powerful imaging: Narrow Band Imaging (NBI) provides brightness as well as twice the viewable distance in the lumen. Easy connection and fast transmission speed: Waterproof connector to allow one-step connection to the light source. A link connection to the peripheral devices, such as scope guide or flushing pumps, un-complicated cable configurations. Reduced operating noise: Cooling fan that reduces operating noise. 3 Videoscope Cable Videoscope cable for CV-165, -180 4 26" LCD HD TV flat panel monitor 26-inch full-HD 26-inch full-HD LCD monitor with a 16:9 aspect ratio, high brightness, high contrast, and high gradation images. FLIP function FLIP function (such as mirror and 180 ° rotation) which provides a suitable display pattern and monitor layout for the procedure. Multimodality display capability At least a 26 monitor with a variety of display modes including picture-in-picture (PIP), picture-out-picture (POP), and clone out with various image-size combinations. Various input/output terminals A back panel for multiple HD and SD inputs including 3G/HD/SD SDI (2×), DVI-I (2×), HD15, Y/C, and Composite. Image multiple enhancer. 5 Endoscopic ultrasound processor compatible with the GF-UM160, GF-UM130/Q130 and GF-UM20 6 Converter VGA/RGBS/YPBPR/SOG INPUT UNIT 90T0013 7 cable connector 8 MAJ-1951 Cable connector 2 9 EU-ME1 keyboard integration USB cable 10 WM-NP2 Workstation GI/SI Basic CV Interface Converter Device 11 Remote cable for peripheral 1.8M for CV-190 12 Universal storage container 13 Workstation GI/SI/Basic Mobile endoscopic workstation with access to all devices that are needed in surgical and medical endoscopy. 14 Swing keyboard arm Side Mounted 15 Sliding keyboard arm 16 Flat panel swing arm flat panel 17 Scope pole kit 18 Swing keyboard arm 19 Ultrasound connector holder attachable to endoscope pole. 20 Diagnostic Bronchoscope Channel Width:   2.0 mm Working Length:   600 mm Field of View:   110 ° Direction of View:   0 ° Forward Viewing Depth of Field:   2-50 mm Outer Diameter:   4.2 mm Distal End Outer Diameter Insertion Tube:   4.1 mm Max Angulation Up:   210 ° Max Angulation Down:   130 ° Max Angulation Right:   120 ° with Rotary Function Max Angulation Left:   120 ° with Rotary Function 21 Diagnostic Bronchoscope Channel Width:   2.0 mm Working Length:   60 cm Field of View:   120 ° Direction of View:   0 ° Forward Viewing Depth of Field:   3-100 mm Outer Diameter:   4.8 mm Distal End Outer Diameter Insertion Tube:   4.9 mm Max Angulation Up:   210 ° Max Angulation Down:   130 ° Max Angulation Right:   120 ° with Rotary Function Max Angulation Left:   120 ° with Rotary Function 22 Therapeutic Bronchoscope Channel Width:   2.8 mm Working Length:   60 cm Field of View:   120 ° Direction of View:   0 ° Forward Viewing Depth of Field:   3-100 mm Outer Diameter:   6.2 mm Distal End Outer Diameter Insertion Tube:   6.0 mm Max Angulation Up:   180 ° Max Angulation Down:   130 ° Max Angulation Right:   120 ° with Rotary Function Max Angulation Left:   120 ° with Rotary Function 23 Diagnostic Bronchoscope Channel Width:   2.0 mm Working Length:   600 mm Field of View:   120 ° Direction of View:   0 ° Forward Viewing Depth of Field:   3-100 mm Outer Diameter:   5.5 mm Distal End Outer Diameter Insertion Tube:   5.1 mm Max Angulation Up:   210 ° Max Angulation Down:   130 ° Max Angulation Right:   120 ° with Rotary Function Max Angulation Left:   120 ° with Rotary Function 24 EBUS Bronchoscope Channel Width:   2.2 Working Length:   600 Field of View:   80 Direction of View:   35 degree forward oblique Depth of Field:   2-50 Outer Diameter:   6.9 Outer Diameter Insertion Tube:   6.2 Max Angulation Up:   120 Max Angulation Down:   90 25 BALLOON FOR BF UC160F OL8 PACKAGE OF 20 26 Channel cleaning brush Bronchoscopes: OES 20, 30, 40, 60, EVIS 160, 180, 190, 200, 240, 260 Ultrasonic bronchoscopes: BF-UC160F, -UC180F Pleuroscopes: LTF-160 Ultrasonic rectal probes: RU-75M-R1, -12M-R1 Choledochoscopes: CHF-P20, -T20, -P20Q For instrument channel of cystoscopes: CYF-5, -5A, -V, -VA, CYF-V2, -VA2, -VH Tracheal intubation scopes: LF-T, -TP Rhinolaryngoscopes: ENF-VT, -T3, -VT2 27 Semi-disposable suction valve Bronchoscopes: OES 30, 40, 60, E2, EVIS 160, 180, 190, 240, 260, MAF-TM, MAF-GM Ultrasonic bronchoscopes: BF-UC160F, -UC180F Pleuroscopes: LTF-160 Rhinolaryngoscopes: ENF-VT Cystoscopes: CYF-5, -5A, -V, -VA 28 Single-use, sterile biopsy valve Bronchoscopes: OES 20, 20D, 30, 40, 60, E2, EVIS 160, 180, 170, 190, 200, 240, 260, 290, MAF-TM Ultrasonic bronchoscopes: BF-UC160F, -UC180F Pleuroscopes: LTF-160 Single-use, sterile biopsy valve 29 Single-Use EBUS-TBNA Aspiration Needles 21G 5 Needle 5 biopsy valves 5 syringes 30 Single-Use EBUS-TBNA Aspiration Needles 22G 5 Needle 5 biopsy valves 5 syringes 31 Manual Leakage Testing All OES and EVIS endoscopes Maintenance unit 32 Water-leakage tester All OES and EVIS endoscopes 33 A6 Analog and Digital Black and White Thermal Printer A6 medical grade black and white digital printer that can accept analogue video as well as PC-friendly digital USB signal inputs. 34 Remote cable 35 Sony UPP-110HG 110 mm high gloss black & white thermal imaging paper 10 Rolls/pk 36 Probe driving unit 37 20 MHz frequency, radial scanning, for direct contact or EBUS guide sheath procedure 38 Ultrasonic miniature probe Display mode B-mode Scanning method Mechanical radial scanning Scanning direction 360 ° circumferential, in perpendicular direction with respect to probe insertion direction Working length 2,050 mm Total length 2,140 mm Insertion tube 1.7 mm (distal end 850 mm) 2.0 mm (on connector side) Maximum diameter 2.0 mm Compatible scope 2.2 mm or more Contact method for ROI Direct Contact Method Balloon-sheath compatibility 39 Miniature probe Display Mode B-mode Scanning method Mechanical radial scanning Scanning direction 360 ° circumferential, in perpendicular direction with respect to probe insertion direction Ultrasonic Frequency 20 MHz Working length 2.050 mm Total length 2,140 mm Insertion tube 2.5 mm maximum diameter 2.6 mm Compatible scope 2.8 mm or more Contact method for ROI Balloon Contact Method Guide-sheath compatibility 40 Guide Sheath Kit 41 Probe Driving Unit Unit power a wide variety of ultrasound miniature probes with frequency ranges of 7.5 to 20 MHz. 42 WM-P2 arm mount 43 Connector cable for EUS-CV-190 Schedule is for a base and four option years to begin on the date of award and encompasses both SOW s. Annotate under separate cover/offer pricing for each item above for both SOW s separately and pricing for the service portion of maintenance and repair separately for both SOW s. (vii) The equipment is to be delivered on or before 60 days after award at the expense of the offeror, FOB destination to San Juan, Puerto Rico(specific delivery address on award). (viii) Provision 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors are to e-mail complete quotes to terry.emory@va.gov no later than 4 PM EST on 21 Mar 2017. All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ (ix) Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: technical capability, past performance and price. Technical and past performance, when combined, are more important than price. (x) 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2014) applies to this acquisition. It is advised that Offerors include a completed copy of the provision at 52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (APR 2015) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [X] (36)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (End of Clause) (xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: Provisions in full text: 52.225-18 Place of Manufacture (MAR 2015). (a) Definitions. As used in this clause Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except (1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) [] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [] Outside the United States. (End of provision) 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 http://www.va.gov/oal/library/vaar/ (End of provision) 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. (End of provision) Provisions incorporated by reference are: 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007); 52.204-7 System for award management (JUL 2013) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.211-6 Brand Name or Equal (AUG 1999) 852.219-10 VA Notice of Total Service-disabled Veteran-owned Small Business Set-aside (Jul 2016)(Deviation) 52.212-1 Instructions to Offerors Commercial Items (APR 2014); 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran Representation and Certification (DEC 2012) Clauses in Full Text: 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/ (End of clause) VAAR 852.211-73 Brand Name or Equal (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids 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. Bids offering "equal" 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 bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. The clause entitled "Brand name or equal" applies only to items that are specific to operation of the equipment and does not include standard connectors, peripherals, cables etc. commonly found in the market place that works with/on any type of the aforementioned items. (End of clause) Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $15,000.00 (MAY 2014); 52.228-5 Insurance Work on a Government Installation (Jan 2007); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.232-18 Availability of Funds (APR 1984); 52.232-40 Providing Accelerated Payments to Small Business Subcontrators (DEC 2013); 52.243-1 Changes Fixed Price (AUG 1987); 852.203-70 Commercial Advertising (JAN 2008); 852.211-70 Service Data Manuals (NOV 1984) Alternate I (JAN 2008); 852.232-72 Electronic Submission Of Payment Requests (Nov 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008) BUSINESS ASSOCIATE AGREEMENT BETWEEN THE DEPARTMENT OF VETERANS AFFAIRS, VETERANS HEALTH ADMINISTRATION AND VENDOR PROVIDED ON REQUEST DUE TO FBO CHARACTER LIMITATIONS (xiv) DPAS is N/A (xv) The RFQ is due on 23 Mar 2017, 3:00 pm by e-mail at Contract Specialist s e-mail address below. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. (xvi) For further information contact the below by phone at 561-422-1364. For technical only questions email both the CO below and the COR at ruben.rivera-rivera@va.gov. For contractual only questions email the CO below. Contracting Office Address: 7305 N. Military Trail, West Palm Beach 33410 Point of Contact/Contracting Officer: Terry Emory, terry.emory@ va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24817Q0528/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0528 VA248-17-Q-0528_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3335055&FileName=VA248-17-Q-0528-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3335055&FileName=VA248-17-Q-0528-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Caribbean Healthcare System (672);#10 Casia Street
Zip Code: 00921
 
Record
SN04432778-W 20170315/170313234507-209958e217aaf513cce66f00e4356fa2 (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.