Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

69 -- 621-17-4-4190-0118 Nerve Simulator Equipment (VA-17-906157) - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917Q0983
 
Response Due
8/11/2017
 
Archive Date
10/10/2017
 
Point of Contact
Sascha Hertslet, Contract Specialist
 
E-Mail Address
5-225-3614<br
 
Small Business Set-Aside
N/A
 
Description
(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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Pursuant Authority 6.302-1 (C), Brand Name and FAR 11.105 Items peculiar to one manufacturer. (ii)The combined synopsis/solicitation number is VA249-17-Q-0983. It is issued as a request for quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-94 and 2005-95, effective 01/19/17. (iv) The combined synopsis/solicitation is using a cascading set-aside strategy. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: service-disabled veteran-owned small business (SDVOSB); veteran-owned small business (VOSB); all other small business concerns; other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. Offeror must be listed and certified in www.Vetbiz.gov, if an SDVOSB/VOSB, and must be registered in System for Award Management (SAM) www.SAM.gov prior to being considered for Award. The NAICS is 611430, Electromedical and Electrotherapeutic Apparatus Manufacturing, Business size standard is $11 million. (v)(vi) James H. Quillen,VA Medical Center s Education branch under a VHA Opioid Reduction Initiative and VHA Blueprint item V supported by a Rural Simulation Grant seeks the Brand Name Listed Items for the following purpose: Items are compact and portable units to teach needle and catheter placement for ultrasound guided peripheral nerve block anesthesia procedures with interactive patient via USB to Windows based laptop. Market research limited the scope to these Brand Name Items only due in large part to (1) aligning with current products in use at the facility; (2) filling an existing void in the current training program to which no other competitor products meet complete nerve block simulation capability; (3) simulated patient responses to nerve block via a windows-based computer; and, (4) Item / Portability dimensions meet facility s current available space without modifications to the facility. Market research of competitor items and their inapplicability to this requirement follows: -Blue Phantom s regional anesthesia ultrasound training block was (1) not of natural skin color; (2) does not have anatomical parts or shapes similar to human anatomy; (3) does not provide realistic reactions or portable ultrasound device. -Simulab s products were (1) specific to only two body areas; (2) too large for storage space, and limited portability; (3) cost prohibitive when compared to Halyard s Block-in-a-box products. -CAE Healthcare s Sciatic Nerve Regional Anesthesia Ultrasound Training model does not cover the full scope of training capability as Halyard s Block-in-a-box product line. This combined synopsis solicitation is for the purchase of the following BRAND NAME ITEMS ONLY: LIN MFR P/N MANUFACTURER (MFR) DESCRIPTION QTY Unit 0001 MS-LE Halyard Mini-Sim Complete Lower Extremity Kit: Kit Includes: 1 MS-FEM Femoral simulator, 1 MS-POP Popliteal simulator, 1 MS-SSG Sciatic Subgluteal simulator, 1 MS-TRN MiniSim Trainer 3 NPI-1 Nerve Proximity Units, 1 NPI 1U USB Interface Box, 1 MS-SL USB Lower Software, 1 MS-CU Customer Roller Case 1 Kit 0002 BIB-AX Halyard Block-in-the-box Axillary Simulator with NPI-1 Nerve Proximity Unit 1 EA 0003 BIB-INF Halyard Block-in-the-box Infracclavicular Simulator with NPI-1 Nerve Proximity Unit 1 EA 0004 BIB-INT Halyard Block-in-the-box interscalene/supraclavicular simulator with NPI-1 nerve proximity unit 1 EA 0005 MS-TRN Halyard Mini-Sim Trainer 1 EA 0006 MS-USB Halyard USB kit 1 EA Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, any discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in CCR at www.ccr.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. (vii) FOB point, Delivery and Acceptance will be: James H. Quillen Mountain Home VA Medical Center Corner of Lamont & Veterans Way Dogwood Avenue, Bld 205 Mountain Home, TN 37684 Date for Delivery: 14 Days ARO (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: 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) (b): Period for acceptance of Quote is 60 calendar days. (c) Responses shall be on all line items. (ix) Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror based on the Best Value to the Government: i.e. Award will be made to the government quote that meets or exceeds ALL requirements of this solicitation at a fair and reasonable price (Firm Fixed Price) considering the following in order of precedence: Price, Delivery Time, and Past Performance. (b) Options. NA (x) Provision 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2014) applies to this acquisition. Offeror shall provide with their quote a completed copy of their Representations and Certifications per 52.212-1(b)(8). Offeror Representations and Certifications can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html (xi) Clause 52.212-4, ContractTerms and Conditions Commercial Items, applies to this acquisition and does not include addenda. (xii) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including, if any, additional FAR clauses cited in the clause are applicable to the acquisition. 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.213-1, Fast Payment Procedure 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.225-1, Buy American Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-8, Discounts for Prompt Payment 52.232-33, Payment by Electronic Funds Transfer System for Award Management 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management 52.243-1, Changes Fixed Price (xiii) VA applicable clauses: 852.246-70, Guarantee (Jan 2008); 852.246-71, Inspection (Jan 2008) (xiv) N/A (xv) This RFQ closes 11 August 2017 5PM EST submit all quotes and applicable attachments by e-mail to sascha.hertslet@va.gov NLT Thursday, August 11, 2017, 17:00 hrs (EST). Quotes 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. Items quoted must meet at the minimum the salient characteristics of item described within the Specifications/Requirements. No grey market or refurbished item(s). The Government reserves the right to make no award at all. (xvi) Phone calls will not be accepted, all question and or concerns must be submitted via email to sascha.hertslet@va.gov by August 10, 2017. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award of a contract to any firm or its affiliates or otherwise pay for the information provided in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0983/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-Q-0983 VA249-17-Q-0983.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3717640&FileName=VA249-17-Q-0983-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3717640&FileName=VA249-17-Q-0983-000.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: James H. Quillen - VA Medical Center (Mt. Home);Corner of Lamont & Veterans Way;Dogwood Avenue, Bld. 205;Mountain Home, TN
Zip Code: 37684
 
Record
SN04618849-W 20170810/170808233331-99fb42a3f06e1fe280ed17b81c485b14 (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.