Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
DOCUMENT

65 -- 678-19-1-047-0001 Diamond Back 360 Follow On (VA-18-00011440) - Attachment

Notice Date
2/1/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;4135 South Power Road, Suite 103;Mesa AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q9383
 
Response Due
2/7/2018
 
Archive Date
2/17/2018
 
Point of Contact
Anita Amodia
 
E-Mail Address
amodia@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, Southern Arizona VA Health Care System (SAVAHCS) has a requirement for Cardiovascular Coronary Surgery Services. The intent of the procurement is to award a firm-fixed price contract. The Performance Work Statement (PWS) defines the effort required for the purchase and delivery of the requirement to the Tucson VA. Unique Features: This project encompasses patient care across the Southern Arizona VA Health Care System (SAVAHCS) continuum. SAVHCS has an ongoing requirement to provide Cardiovascular Coronary Surgery Services that require utilizing the most up to date technological advances in the industry by United States approved Food and Drug Administration (FDA) equipment and supplies. Requirement will be for a Base + 3 Option Years CLIN Description Unit of Issue Estimated Annual Quantity 0001 Diamondback Coronary, Classic Model Number DBEC-125, Estimated Quantity Each 10 0002 ViperWire Advance, Coronary.014" Tip Model Number GWC-12325LGFLP Estimated Quantity (Box of 5) Box 2 0003 ViperSlide Lubricant, 100ml Bags Model Number VPR-SLD2 Estimated Quantity Box of 10 Box 2 0004 Saline Infusion Pump Each 1 SOUTHERN ARIZONA VA HEALTH CARE SYSTEM (SAVAHCS): VAMC: 3601 S 6th Ave, Tucson, AZ 85723 The applicable NAICS code is 339112 SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING Small Business manufacturers for this NAICS code have a size standard of 1000 Employees.   The resulting contract will be a firm fixed price order. The term of the contract is intended to be One Year ARO, with 3 options years included. It is anticipated that a Request for Quotes will be issued in February 2018. Award of a firm fixed price contract is contemplated by February 2018. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is February 7, 2018 at 2:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Anita.Amoida@va.gov. Hard copy submissions are acceptable to VISN 22-Gilbert Network Contracting Office; 4135 South Power Road, Suite 103 Mesa, AZ, 85212 NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. Performance Work Statement SAVAHCS is one of the few VA s in the country to provide Cardiovascular Coronary Surgery Services. Based on this, it is critical for veterans to receive the most up to date technologically available services and techniques that reduce the amount of time they are in surgery and the length of time it takes to recover. Requirement: SAVAHCS requires the vendor to provide the following products for this follow-on requirement: CLIN Description Unit of Issue Estimated Annual Quantity 0001 Diamondback Coronary, Classic Model Number DBEC-125 Each 10 0002 ViperWire Advance, Coronary.014" Tip Model Number GWC-12325LGFLP (Box of 5) Box 2 0003 ViperSlide Lubricant, 100ml Bags Model Number VPR-SLD2 Box of 10 Box 2 0004 Saline Infusion Pump Each 1 Additionally, SAVAHCS is continually adding new facilities and expansions that may require the estimated quantities to increase over time. When the estimated quantities are required to increase, SAVAHCS shall request a quote for the services and/or equipment needed and a modification or task order will be completed adding the additional work and/or equipment to the contract. Period of Performance 1 Base w/3 options years Base: 19 Dec 2019-18- Dec 2020, Option Year 1: 19 Dec 2019 -18 Dec 2020, Option Year 2: 19 Dec 2021 - 18 Dec 2022, Option Year 3: 19 Dec 2022-18 Dec 2023 Performance Monitoring: The Government shall evaluate and monitor the contractor s performance under this contract in accordance with the Performance Metrics (PM) listed below in attachment 1. The PM is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the method of surveillance, and the minimum acceptable performance threshold(s). 4. Contract Administration Data: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity or quality of performance of this contract. The Contractor shall: Communicate with the Contracting Officer on all matters pertaining to contract administration via email or phone. Direct all questions and problems regarding this contract in writing to the Contracting Officer. The contractor shall submit timely and correct invoices. 5. Ordering Officers (OOs): The Contracting Officer has determined that the designation of OOs is essential to the operation of Contracting and increasing efficiency within VA. OOs are unwarranted Government personnel authorized to act as an agent of the Contracting Officer or designated ACOs for these Contracts. OOs shall only make purchases and or place orders within the limits explicitly stated in a written designation letter issued by the Contracting Officer or appointed ACO for these Contracts. The Contracting Officer and/or appointed ACOs for these Contracts are the sole authority for designating OOs to place orders against this Contract. Only Government personnel can be appointed as OOs. (See Product List, Paragraph 2 Above). 6. Delivery Requirements: All deliveries for contract shall be FOB Destination only, in accordance with clause 52.247-34. In case of an emergency, deliveries shall be made within twenty-four (24) to forty-eight (48) hours depending on the Government s need using the Government purchase card. For emergencies, shipping costs will be based on common carrier rates such as but not limited to, United Parcel Service, United States Postal Service and FedEx published rates, by weight, from Vendors zip code to delivery location s zip code. All other deliveries must be shipped within twenty-four (24) to forty-eight (48) hours and delivered within five (5) to seven (7) business days from receipt of order. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. The Vendor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q9383/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9383 36C25818Q9383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4059225&FileName=36C25818Q9383-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4059225&FileName=36C25818Q9383-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04806754-W 20180203/180201231333-86ee9833a3f9871bbeff4ba0c84c0a84 (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.