Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
DOCUMENT

65 -- Ultrasound Equipment Name Brand Or Equal - Attachment

Notice Date
5/22/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q0670
 
Response Due
4/25/2018
 
Archive Date
6/24/2018
 
Point of Contact
Michelle Wilson
 
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 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95, dated January 19, 2017. Solicitation 36C26218Q0670 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under as a Total Service Disabled Veteran Owned Small Business Set-Aside. NAICS Code is 334510 and the Small Business Administration s (SBA) size standard 1250 Employees. The Government is seeking a contract to acquire Site Rite 8 Ultrasound Machine and components ultrasound device that will provide increased accuracy in vessel size to determine violability and prevention of Vein Thrombosis. The Vascular access team currently places 40 PICC lines per month and over 40 ultrasound guided IVs requiring the use of ultrasound. Current recommendations show that ultrasound placement of PICCs is now considered "standard practice" and the Center of Disease Control (CDC) show that in a meta-analysis ultrasound -guided insertions recommending to reduce insertion related complications. This solicitation contains a brand name justification for the following systems and components: Site Rite 8 Ultrasound System Medical Equipment Roll Stand Product ID - 9770116 1 DICOM / Connectivity Software Product ID 9770509 1 BrotherT MW-260 Printer Product ID - MW260MFIC129 1 SHERLOCK 3CGT Diamond TCS Activation Key Product ID 9770508 1 Site Rite 8 20mm Pinpoint GT Probe Product ID- 9770602 1 Site Rite 8 Ultrasound System Console Product ID- 9770600 1 SALIENT CHARTERISTIC Ultrasound system must allows for: The assessment of vessels in the extremities and neck (e.g., jugular, carotid) leading to or coming from the heart, superficial veins in the arms and legs (e.g., basilic, cephalic, brachial, femoral, radial, saphenous), vessel mapping. Assessment of superficial thoracic vessels (e.g., axillary, innominate, subclavian). Specifically, for the PICC team, the guidance for PICC, CVC, dialysis catheter, port, PIV, midline, arterial line placement, access to fistula and grafts, and general vein and artery access is key along with the ultrasound s integration with Sherlock tip navigation system. Dimensions of the space 12in x 9in x 2in MER stand: 65in x 13in x 18in Place of Performance: VA San Diego Healthcare System (VASDHS), 3350 La Jolla Village Drive, San Diego, CA 92161. Period of Performance: Within 30 days of placing order or sooner if available. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission. Submit all question(s) to Michelle Wilson at michelle.wilson@va.gov no later than May 26, 2018, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation # 36C26218Q0670 within subject line of the email. Quotes must be received by May 28, 2018 by 2:00 PM PST. Email your quote to Michelle Wilson at michelle.wilson@va.gov. Ensure to reference solicitation # 36C26218Q0670 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. All question(s) or concern(s) can be address to Michelle Wilson via phone at 562-766-2320 or email at michelle.wilson@va.gov. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0670/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q0670 36C26218Q0670_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4325715&FileName=36C26218Q0670-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4325715&FileName=36C26218Q0670-000.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;VA San Diego Healtcare System;warehouse;3350 LA JOLLA VILLAGE DR;San Diego, CA
Zip Code: 92161
 
Record
SN04930799-W 20180524/180522230954-44321096197fc0c8b3213c7f271b947e (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.