DOCUMENT
65 -- (C)436 Vital Signs Monitors - Attachment
- Notice Date
- 5/9/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument 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
- 36C25918Q0493
- Response Due
- 5/17/2018
- Archive Date
- 7/1/2018
- Point of Contact
- Brooke Barker
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25918Q0493 436 Vital Signs 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. ** Quotes are to be provided to brooke.barker@va.gov no later than 12:00pm EST, Thursday, May 17, 2018. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q0493. 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 339112 with a small business size standard of (1,000 Employees). This solicitation is a 100% set-aside for SDVOSB. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Connex Server Application; Continuous Monitoring (2 thumb drives: 1 production version, 1 test version, ADT License, ORU License 5 test device connectivity licenses) 106901 Welch Allyn or equal 1 EA ______________ ______________ 0002 Device Connectivity License 1000981 Welch Allyn or equal 142 EA ______________ ______________ 0003 Connex Central Station includes CPU w/ Connex Server Application Software, Windows desktop operating system, SQL Express, and anti-virus software pre-loaded; 24 display monitor, power cord compatible with specs in North America 105736 Welch Allyn or equal 1 EA ______________ ______________ 0004 Connex Central Station License; Bed 1000987 Welch Allyn or equal 3 EA ______________ ______________ 0005 Installation INS-PS-01 1 EA ______________ ______________ 0006 Partners in Care Basic SW Support, CS S6-BASIC-CS Welch Allyn or equal 145 EA ______________ ______________ 0007 Connex 6700 Vital Signs Monitor w/ Nellcor SpO2, SureTemp Plus Thermometry, SureBP non-invasive blood pressure, pulse rate, MAP, Custom Scoring, nurse call, 4 USB ports for accessories, Radio Ready, 100-240V, 50-60 Hz AC, IEC plug type-B 67NXTX-B Welch Allyn or equal 71 EA ______________ ______________ 0008 Connex 6800 Vital signs monitor w/ Nellcor SpO2, SureTemp Plus Thermometry, SureBP non-invasive blood pressure, pulse rate, MAP, Custom Scoring, nurse call, 4 USB ports for accessories, internal 802.11 a/b/g wireless radio; 100-240V, 50-60Hz AC, IEC plug type-B 68NXTX-B Welch Allyn or equal 71 EA ______________ ______________ 0009 Accessory Cable Management Mobile Stand for Connex Vital Signs Monitor 6000 Series; w/ storage bin 4800-60 Welch Allyn or equal 142 EA ______________ ______________ 0010 Connex 6800 Vital Signs Monitor w/ Nellcor SpO2, Covidien Capnography, SureTemp Plus Thermometry, SureBP non-invasive blood pressure, pulse rate, MAP, Custom Scoring, nurse call, 4 USB ports for accessories, internal 802.11 a/b/g wireless radio; 100-240V, 50-60Hx AC, IEC plug type-B 68NCTX-B Welch Allyn or equal 3 EA ______________ ______________ 0011 Accessory Cable Management Mobile Stand for Connex Vital Signs Monitor 6000 Series; storage bin, extended housing 4900-60 Welch Allyn or equal 3 EA ______________ ______________ 0012 Barcode scanner w/ holder 7000-916HS Welch Allyn or equal 145 EA ______________ ______________ 0013 Oral temperature probe & well assembly for monitors; 9.0 ft/2.7m cord; blue 02895-000 Welch Allyn or equal 15 EA ______________ ______________ 0014 Connex Vital Signs Monitor Online Technical Service & Repair Training VSM6000SERREPW-TRN Welch Allyn or equal 3 EA ______________ ______________ 0015 Inventory goods by material number, quantity & serial number where applicable, de-palletize shipment, unbox & stage product, unbox & assemble roll stands & wall mounts when applicable, attach device to stand or wall mount, attach accessories to device (SpO2 cable, NIBP hose & cuff, temperature sensor, power supply, barcode scanner, quick reference card), affix VA-provided asset tag if required, perform device in-service, dispose of waste packaging, register device warranty w/ WA Service, Partners in Care (PIC) activation, perform ground continuity, leakage current & power-on test if required, distribute assembled product to nursing floors if needed, configure device per VA requirements if needed & provide summary report DELIVERYASSIST-2 145 EA ______________ ______________ GRAND TOTAL ______________ Description of Requirements/Statement of Work for the items to be acquired (salient characteristics); The vital signs monitor system shall integrate with the current CPRS/VistA system. The vital sign monitors shall collect authenticated vitals at the point-of-care (POC) and electronically transfer the data into the appropriate patient records in CPRS, thereby reducing transcription time and provide real-time data to the clinicians. The vital signs monitors shall: Adhere to FIPS 140-2 wireless certification in full compliance with the Federal Security Standards Available with an integrated wireless radio that is Cisco compliant A Memorandum of Understanding/Interconnection Security Agreement to allow the manufacturer s technicians to cross the VA s firewall to complete remote diagnostics, reducing the need to send the monitors for repair. Additionally, the agreement allows VA s technical staff to view dashboards advising on cycle rates and utilization of the monitors Class II interface is available to deliver data to CPRS using HL7 messages to conformant with the Integrating the Healthcare Enterprise (IHE) Patient Care Devices (PCD) technical framework On-screen confirmation at POC, that the data from the vital signs monitor has been delivered and saved to the patient s records in CPRS Operates on a rule-based operator record verification that reduces errors, user configurable patient data protection features such as abbreviations, symbols, and screen blackouts lessening the likelihood unauthorized access; multi-setting appropriate in both triage and general exam environments allowin for ease of movement and single step from any menu to home screen for clinical staff System is upgradeable to meet future clinical application requirements Capture a complete set of patient vital signs, in approximately one minute, including: NIBP, SpO2, pulse rate, and temperature SureBP, or equal, inflation-based oscillometric technology, accurately measures blood pressure in approximately 15 seconds OEM mother integrated circuit board pulse oximetry technology from Nellcor or Masimo and will accept all Nellcor and Masimo sensors even those for patients with low perfusion and/or tender skin Can be configured to perform timed interval measurements, capturing vital signs at customizable programmed time intervals (i.e. 15 mins x4, 30 mins x2) Ability to accept a medical grade bar code scanner for scanning both clinician and patient identification Intuitive color touchscreen user interface Authorized distributor letter from the OEM, shall be submitted with the quote. All Statement of Work/Description of Requirement elements listed above, shall be addressed in the Offeror s Technical Capability submission. Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products outlined in this request. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Fort Harrison VA Medical Center 3687 Veterans Drive Fort Harrison, MT 59636 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. Authorized distributor letter from the OEM, shall be submitted with the quote. 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/. Contractors shall/must be VIP verified and visible at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. 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) Price and (II) Technical Capability. 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) Price (II) Technical Capability. Volume I - 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. 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. In addition to the completed Price Schedule of Supplies/Services above, Offerors may submit a quote on their standard form with the company s individual quote number/identifier. Volume II 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 outlined in this request. Authorized distributor letter from the OEM, shall be submitted with the quote. (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) Price, (2) Technical Capability. 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 of the statement of work shall not be selected regardless of price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified above in the List of Line Items/Statement of Work/Salient Characteristics. Technical Capability shall consist of information showing the product meets or exceeds the requirements in the List of Line Items/Statement of Work/Salient Characteristics. Authorized distributor letter from the OEM, shall be submitted with the quote. 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) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 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: FAR 52.203-17, FAR 52.204-4, FAR 52.232-40 The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70, VAAR 852.211-70, VAAR 852.219-10, VAAR 852.232-72, VAAR 852.246-70, VAAR 852.246-71 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: FAR 52.233-2 The following VAAR provisions are to be incorporated by reference: VAAR 852.233-70, VAAR 852.233-71 The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to brooke.barker@va.gov by 12:00pm EST, Thursday, May 17, 2018. Name and email of the individual to contact for information regarding the solicitation: Brooke Barker brooke.barker@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0493/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q0493 36C25918Q0493.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4289245&FileName=36C25918Q0493-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4289245&FileName=36C25918Q0493-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q0493 36C25918Q0493.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4289245&FileName=36C25918Q0493-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Fort Harrison VA Medical Center;warehouse;3687 Veterans Drive;Fort Harrison
- Zip Code: MT
- Zip Code: MT
- Record
- SN04917393-W 20180511/180509231116-536040182626d37249114d72df03beb0 (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 |