Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

71 -- Activation - 554 - OR Media Integration Device Covers (VA-18-00040420) - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q0306
 
Response Due
4/18/2018
 
Archive Date
6/17/2018
 
Point of Contact
Kurt Tanny
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote (RFQ) #: 36C25918Q0306 OR Media Integration Device Covers - Protective Housing for Stryker SPI3 Routers & Monitors This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. The Government reserves the right to make no award from this solicitation. Organized Site Visit is scheduled for 11:30am EST on Thursday, April 12th, 2018. All parties will meet in the lobby of Clinic Building South, at the very south end of the campus located at 13611 East Colfax Ave, Aurora, CO 80045. Please refer to Attachment A Site Visit Parking Instructions. Contractors will be required to take their own notes for the site walk. Contractors are to stay within visual distance of the staff that is facilitating the walk. Any answers provided in response to contractor questions during the site visit are NOT official answers. All questions must be submitted in writing to kurt.tanny@va.gov no later than the question cut-off date marked below. All questions will be answered officially through an amendment to the solicitation. * The deadline for all questions is 4:00pm EST, Friday, April 13th, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to kurt.tanny@va.gov no later than 4:00pm EST, Wednesday, April 18th, 2018. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q0306. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 Employees. This solicitation is a 100% set-aside for service disabled Veteran-owned small businesses. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; Fabrication and installation of seven (7) cabinet enclosures with air flow panels and removable access panels to enclose Stryker SPI3 media integration routers in accordance with the Scope of Work Make/Model Equivalent; N/A _____________ _____________ 0002 Description; Fabrication and installation of 36 monitor cable cover housing for OR monitors. in accordance with the Scope of Work Make/Model Equivalent; N/A _____________ _____________ GRAND TOTAL _____________ Description of Requirements/Scope of Work for the items to be acquired; Summary: VA Eastern Colorado Health Care System (VA ECHCS) is looking for fabrication and installation services for OR media integration system Stryker SPI3 routers and monitor backplates. This system is used at the Rocky Mountain Regional VA Medical Center, 1700 N Wheeling St, Aurora, CO 80045. Background: Custom covers are needed for the operating rooms (ORs) at the new Rocky Mountain Regional VA Medical center. Stryker devices have exposed cords and cord connections that could be damaged upon OR turnover at the end of surgery. ORs need to be thoroughly cleaned and sanitized after surgery which warrants protection for all exposed media integration components. Requirements: PARTS The contractor shall fabricate and install all parts necessary to cover Stryker SPI3 media integration routers as specified in design and all parts necessary to cover wire and connections from Amico booms to the back of Stryker monitors in all 7 operating rooms at the new Rocky Mountain Regional VA Medical Center. DESIGN Seeking covers for Stryker SwitchPoint Infinity 3 (SPI3) OR integration media routers to protect from cleaning and sanitization. Covers need to offer sufficient ventilation on sides of SPI3 with fans as well as an open top. Covers should fit under OR nurses station and have removable side panels for repair access. Cover should be 3-sided to allow all cable connections to run from SPI3 to wall. See attached pictures of SPI3 titled, Stryker SPI3.jpg and Stryker SPI3 Cords.jpg for further context. Covers must offer sufficient ventilation on sides of SPI3 with fans to exhaust heat and circulate new air. Covers must have open top under nurse station countertop as to not allow objects or contaminants to fall inside. Covers must fit under nurse station counter and on top of floor protrusion where router sits. Covers shall have removable side panels for repair access. Covers shall cover 3 outer sides of routers and reach wall to allow all cable connections to run uninhibited to wall. Seeking backplates to cover cords which connect from Amico monitor arms to Stryker 26 VisionPro LED displays. Covers need to protect from monitor wipedowns and cleaning sprays. Covers should have ability to screw into existing screw holes of Stryker monitors. See attached pictures of monitors titled, Stryker Monitor Back.jpg and Stryker Monitor Bottom.jpg for further context. Covers should have the ability to screw into existing screw holes on backs of monitors. Covers shall be made of light weight, durable material as to minimize impact on boom suspension system. LABOR All labor costs for fabrication and installation shall be included in the quoted proposal. Contractor is responsible for disposal of waste upon completion of installation. DOCUMENTATION/REPORTS The documentation shall include detailed descriptions of the fabrication and installation procedures performed, including prices required. Report shall include, at minimum, the following: a. Name of contractor and contract number b. Name of technician or engineer who performed the services c. Date, time d. Identification of equipment serviced: - Inventory ID number - Model and serial number - any manufacturer identification numbers e. Itemized description of service performed: - Labor - Parts (with part numbers) - Narrative of what was performed and checked. ACCEPTANCE OF CONDITION OF EQUIPMENT The contractor accepts responsibility for the equipment to meet acceptable standards as outlined in the scope of work. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Rocky Mountain Regional Veterans Affairs Medical Center, located at 1700 N Wheeling St, Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements in the scope of work shall not be selected regardless of price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 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) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 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) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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/ The following FAR clauses are incorporated by reference: None The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising (NOV 2008); 852.211-70, Service Data Manuals, Mechanical Equipment (NOV 1984); 852.219.11, VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION); 852.232-72, Electronic Submission of Payment Requests (NOV 2012); 852.246-71, Inspection (JAN 2008) 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.214-21, Descriptive Literature (APR 2002) The following VAAR provisions are to be incorporated by reference: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to kurt.tanny@va.gov by 4:00pm EST, Wednesday, April 18th, 2018. Name and email of the individual to contact for information regarding the solicitation: Kurt Tanny kurt.tanny@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0306/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q0306 36C25918Q0306_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208915&FileName=36C25918Q0306-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208915&FileName=36C25918Q0306-005.docx

 
File Name: 36C25918Q0306 S02 - Pictures of Devices.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208916&FileName=36C25918Q0306-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208916&FileName=36C25918Q0306-006.pdf

 
File Name: 36C25918Q0306 S02 - RFQ - Attachment A - Site Visit Parking Map.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208917&FileName=36C25918Q0306-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208917&FileName=36C25918Q0306-007.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04881488-W 20180408/180406231001-f0f2cf3e3857142a6170e83aaf5d7fb4 (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.