Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
DOCUMENT

65 -- COMMODITY: NEGATIVE PRESSURE WOUND VAC - Attachment

Notice Date
5/11/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q0898
 
Response Due
5/18/2017
 
Archive Date
7/17/2017
 
Point of Contact
BRIAN WERNER
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number VA248-17-Q-0898 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/01-13-2017. Only emailed requests received directly from the requester are acceptable. Responses should be sent to brian.werner1@va.gov. No telephone responses will be accepted. To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. NAICS and Set-aside: The NAICS is 339112 and the small business size standard is 1,000 employees. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). To receive consideration as SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Contract Type: The government anticipates awarding a Firm-Fixed Price award. Award will be made to lowest price quote which conforms to the requirements within this solicitation and represents the best value to the government. This solicitation is for the procurement of ten (10) units that meet the below salient characteristics. Salient Characteristics: Negative Pressure Wound Therapy System. Functions: Provide Negative Pressure Wound Therapy plus installation of medications or solution. Unit shall instill topical wound cleansers in a consistent, controlled manner Unit shall provide for a controlled soak of topical wound cleansers Unit shall provide negative pressure therapies for inpatient wound treatments and abdominal surgery sites. Unit must be reusable between patients after cleaning and disposal of consumable products has taken place. Unit shall provide assistance to the user in finding negative pressure leaks in the therapy dressing system. Unit shall be compatible with sterile canisters that contain isolyzer gel, provide hydrophobic filtration, and hold a minimum of 500ml and a maximum of 1000ml of exudates during each use. Unit shall provide notification when the canister is full. Unit should detect obstructions in the fluid path. Unit shall provide notification when targeted therapy pressure cannot be achieved. Unit shall provide notification when the wound pressure has deviated above the system limits. Unit shall have an alarm notification when therapy is inactive for approximately 15 minutes Unit shall possess software that monitors and maintains target pressure to deliver constant therapy. Unit shall be IV pole mountable. Unit shall provide negative pressure therapy within 25 Hg minimum to 200mm Hg maximum. Unit shall provide both intermittent and continuous negative pressures. The unit and consumable items should provide and maintain a closed system for wound site treatment. Unit shall possess a battery life of 6 hours at a minimum Unit shall be able to reach a full capacity charge within 4 hours at maximum. Warranty: Warranty shall provide the following services to the Customer: 90 days of maintenance for all the VACs. Unlimited 24 hours access to technical telephone support from Technical Service, 7 days a week. Evaluation/Selection Factor: Award will be made to the Lowest-Priced Technically Acceptable offer. Solicitation document and incorporated provisions and clauses apply to this acquisition: FAR 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 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 including subparagraphs: 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-50 Combating Trafficking in Persons; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include price and quantity of each labor category proposed, price of all anticipate indirect costs, and total price; any offered discounts; name, address, and telephone number of the offeror; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Interested contractors must submit a copy of any relevant certifications and licenses along with their quote. Quotes must be received May 18, 2017 by 16:00 EST. All quotes must be submitted by electronic submission in reference to VA248-17-Q-0898 to brian.werner1@va.gov. 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. All questions regarding this solicitation must be submitted to the Contracting Specialist in writing (email is preferred). Any prospective bidder desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contract Specialist: Brian Werner (brian.werner1@va.gov) No Later Than: close of business (16:00 ET) on May 15, 2017. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates, or otherwise pay for the information provided in this synopsis. This Request for Proposal is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result of a response to this Request for Proposal or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as non-responsive and may influence competition and set-aside decisions. Regardless of the information obtained, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q0898/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0898 VA248-17-Q-0898.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3489978&FileName=VA248-17-Q-0898-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3489978&FileName=VA248-17-Q-0898-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04505721-W 20170513/170512000330-cb003d16616ba2c5ec14ac01c5d95231 (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.