Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
DOCUMENT

65 -- Ultrasonic Cleaner - Attachment

Notice Date
4/26/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25018Q0615
 
Response Due
4/27/2018
 
Archive Date
5/27/2018
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
opher
 
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 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 shall not be issued. This solicitation RFQ-36C25018Q0615 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) 2005-97. The North American Industry Classification System (NAICS) number is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing and the business size standard is 1250 Employees The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio requires 3 complete ultrasonic irrigating machines due to new requirements in reprocessing Davinci XI surgical instrumentation and increase in SPS workflow. ALL EQUIPMENT OFFERED SHALL INCLUDE SPECIFIC INDICATIONS FOR USE (IFU) THAT SHALL DESCRIBE THE COMPLETE CLEANING AND OPERATING PARAMETERS Contractor shall provide appropriate Cut Sheet, Installation Manuals, and Operator Manuals for equipment. SPECIFICATIONS: Equipment shall meet the following specifications as well as the Davinci XI Indications for Use: o Ultrasonic Performance: 48 Watts/Gallon (13 watts/liter) or greater o Ultrasonic Frequency: 38 kHz or greater o Ultrasonic Bath Size: Large enough to fully submerge devices with at least 1-inch (25 mm) clearance around all ultrasonic bath edges o Minimum Dimensions of 50 Wide, 40 Depth, and 40 Height o Maximum sound level produced is 75 db. o Maximum weight filled is 1400 lbs o One-touch operator operation with LED screen interface for monitoring and controlling process functions o Stainless steel wash tank o Automated Lid lift o Safety Shutoff switch o Screen filter basket at tank drain to catch large bio-debris o Inlet compressed air filter Utility Requirements o Hot Water: § Pressure between 60-80 PSI § Temperature between 120 Deg. F. and 130 Deg. F. § Connection: ¾ NPT o Cold Water: § pressure between 60-80 PSI § Maximum Temperature of 80 Deg. F. § Connection ¾ NPT o Pneumatic Air: § Pressure Between 90-120 PSI § Connection ½ NPT o Electrical Requirements § 480 Volts, 3 Phase, is preferred but not required. Operative Requirements o Process a minimum of 20 cannulated instruments and Davinci XI Arms. o Process a minimum of 70 lbs of surgical instruments per cycle in order to ensure proper workflow. o Minimal Cannulated process time of 25 minutes to ensure that all instruments are cleaned properly and to ensure no retained bioburden o Equipment shall allow for the automated flushing of Cannulated Surgical Instruments and Davinci XI Endowrists/accessories. o Equipment shall be able to be utilized with Enzymatic and Non-Enzymatic Detergent without Lubrication so that these machines can be used for eye instruments and surgical implants. o Equipment shall allow for fresh water to be used in every phase of the cycle and is then automatically drained. This is important in SPS so that water from the same chamber containing bio-debris is not continuously pumped into instrumentation thus causing re contamination of the surgical instrument. o Equipment wash tank hood shall open and close automatically at the start and the completion of a washing cycle. o Equipment shall allow the end user to wash non-cannulated, cannulated or both types of I nstrumentation at the same time during a wash cycle Preferences It is preferred that the equipment does not utilize an elevator system that lifts trays out of the ultrasonic machine. It is preferred that the equipment does not have a free- floating rack attached to the lid of the ultrasonic. It is preferred that the final rinse is ozonated It is preferred that the lid has a window in order to review the entire process and ensure proper operation UPON DELIVERY, CONTRACTOR SHALL TURNKEY INSTALL AND CONNECT ALL UNITS AND ENSURE THAT ALL UNITS ARE IN PROPER WORKING ORDER. INSERVICE SHALL BE PROVIDED TO ALL SPS STAFF AND BIOMEDICAL ENGINEERING. Delivery within 90 days after contract award Install shall be completed 10 business days after delivery. PRICE/COST SCHEDULE ITEM DESCRIPTION OF SUPPLIES QTY UNIT PRICE TOTAL 0001 CLEANSTART SURGICAL CS-0040-000 SPRINT SONIC IRRIGATOR WASHER DISINFECTOR (OR EQUAL) 3.00 EA _____ ______ 0002 CLEANSTART SURGICAL CS-10000-000 INSTRUMENT CLAMP CONNECTORS (12 PER PACK) (OR EQUAL) 2.00 EA _____ ______ 0003 CLEANSTART SURGICAL CS-1002-000 LUER LOCK CONNECTORS (12 PER PACK) (OR EQUAL) 2.00 EA _____ ______ 0004 CLEANSTART SURGICAL CS-1003-000 XI CONNECTORS (12 PER PACK) (OR EQUAL) 2.00 EA _____ ______ GRAND TOTAL _________ The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items shall be covered by the manufacturer's warranty. The proposed contract listed here is Set-aside 100% for Service Disabled Veteran Owned Small Business. FOB destination Deliver to; Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH44106-1702 Offerors shall comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions apply: Commercial Items 52.212-2, Evaluation-Commercial Items, the Government will award a Firm Fixed Priced purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government to include technical, price, and past performance. To be technically acceptable the offeror shall meet or exceed the specifications. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which shall be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52.203-17, 52.203-99,52.204-4, and 52.232-40. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.211-73 Brand name or equal 852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside. 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than 25 April 2018 at 12:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions shall be posted by 26 April 2018. Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3796 Email: christopher.callihan@va.gov Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 04/27/2018 3:00 p.m. EST. No telephone inquiries shall be accepted. Only written inquires received directly from the offeror are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q0615/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0615 36C25018Q0615_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4257174&FileName=36C25018Q0615-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4257174&FileName=36C25018Q0615-000.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: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106-1702
 
Record
SN04902576-W 20180428/180426231056-3bbf6a71b724042c42a5ee568eaccd54 (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.