Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

65 -- Intent to sole source - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q0550
 
Archive Date
6/4/2017
 
Point of Contact
Tina.Cavalieri@va.gov
 
E-Mail Address
tina.cavalieri@va.gov
(tina.cavalieri@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 3), James J. Peters VA Medical Center, Bronx New York, intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to Draeger Medical, Inc. 3135 Quarry Road, Telford, PA 18969. Drager will provide 5 Apollo Anesthesia machines to the New York Harbor Healthcare System, Manhattan Campus 423 East 23Rd street New York, NY 10010 under NAC contract V797P-4081b. This action will result in a Firm-Fixed Price contract. This notice of intent is not a request for quotations; Interested parties may express their interest by providing a capabilities statement NLT Thursday June 1, 2017 at 8:00 AM EST. Estimated contract value exceeds $150,000.00. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required supplies and services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement VA242-17-Q- 0550-Draeger Apollo Anesthesia Machines Notice of Intent. If after June 1, 2017, no ACCEPTABLE responses have been received in response to this announcement, Department of VA shall negotiate solely with Draeger Medical. NAICS 339112 Surgical and Medical Instrument Manufacturing NAICS 339112 is NOT on the SBA Class Waiver List nor will SBA issue a Non Manufacturer Waiver for this Brand Name requirement. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist, Tina Cavalieri who can be reached at Tina.Cavalieri@va.gov. The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. Objectives/Requirements The Anesthesia Service needs to replace the 5(five) Drager Apollo Anesthesia Machines located at Anesthesia Service, 4th Floor Clinical Addition at the Manhattan VA. When performing clinic procedures, physicians need Drager Apollo Anesthesia Machines to provide an accurate and continuous supply of medical gases to a patient so they can complete proper medical procedures. Drager Anesthesia Machines are vital to the anesthesia department and specifically the cardiac cases. The vendor will provide 5(five) Drager Apollo Anesthesia Machines. These units will kept in the OR 4th Floor Clinical Addition of the Manhattan VA Hospital. The unit will be shipped to Manhattan VA as soon as the purchase order is received by the contractor. Minimal staff training will be required. The unit will be continuously evaluated by the Anesthesia Service chief. Recommendation: Specifications Standard Floor Unit SW Version 4.52 Non-consumptive gas module Height: 21.6 inch x 15.7 inch Electrical Ratings Power:   200 W, typically Operating Voltage:   100 127 VAC (-15% + 10%) 45-65 Hz Battery Backup:   At least 30 min, typically 90 min; depending on vent parameter Safety Standards Safety features can be further sub-divided into the following categories: Gas supplies: From the central pipeline to the machine as well as cylinders. Flow meters. Vaporizers. Fresh gas delivery: Breathing systems and ventilators. Scavenging. Monitoring. The quality management system at Drager Medical is certified according to ISO 13485, ISO 9001 and Annex II.3 of Directive 93/42/EEC Apollo (Primus) FDA 510K number K 042607 Apollo is certified in various IEC and ISO standards and conforms to applicable ASTM Standards. Technical Data Product Installation The vendor shall be responsible for determination of, and compliance with federal and state or local code requirements, design data, and other factors necessary to design and install the items at the desired location. Equipment Manager checked and the Drager Vendor will checkout machine with all mounts to be fully functional after delivery prior to patient use. The system will not require any new construction, space, special wirings etc. Training Of Operating personnel (a) The price quoted shall include contractor responsibility for providing on-site orientation and training of using personnel in operation and care of the equipment furnished. This training shall include actual demonstration and operation of the equipment, preventative maintenance, and any adjustments or other actions which may be undertaken by operating personnel in the event of failure of equipment, provided that such adjustment or action shall in no way jeopardize the Government's rights under contract guarantee clause. Upon completion of installation, this training shall be given by qualified contractor representatives on a date to be determined by the using service POC. Operator and maintenance training shall not be conducted concurrently. (b) Vendor shall submit training materials and training videos (prepared in CD or DVD format) on each piece of equipment for operation and maintenance. Any available training videos shall be for operation and maintenance and shall not be combined. These training materials and videos shall demonstrate the operation and maintenance of the equipment and any adjustments or other actions that may be undertaken by VA operating personnel in the event of failure of equipment. These training materials and videos shall be submitted to the responsible operations official or his designee prior to beginning of training. (c) The Vendor shall consult with the Contracting Officer Representative or person acting in that capacity regarding the time this training will begin. These officials will be responsible for arranging for the presence of personnel to be trained. Penalty for non-performance If services and products do not conform to contract requirements, the Government may require the contractor to perform the services again in conformity with contract requirements, at no additional cost to the Government, if appropriate. Place Of Delivery for 5(five) The product will be delivered to NY Harbor Manhattan Campus Warehouse Attn: Elizabeth Figueroa/ Dr. Dorian Botas 423 East 23rd St. 4th Clinical Addition New York, NY 10010 Time Of Delivery This procurement is a normal request and will need to be delivered 60 days ARO. Acceptance Procedures Prior to acceptance of the goods or services provided under this contract, inspection and testing will be performed by the Government in accordance with this clause. Upon completing of installation the equipment shall be turned over to the hospital for use. The contractor shall furnish, upon completion of installation, a written notice of readiness for inspection for the Contracting Officer and the requesting service. The COR and Anesthesia Chief at the Manhattan VA will confirm receipt of the equipment and will be able to monitor and evaluate the unit directly during cases.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q0550/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0550 VA242-17-Q-0550_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527884&FileName=VA242-17-Q-0550-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527884&FileName=VA242-17-Q-0550-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04522849-W 20170527/170526001225-3db2fc660ad8855644e437476c7638a9 (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.