Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2019 FBO #6266
SOLICITATION NOTICE

65 -- Alaris Pump

Notice Date
1/17/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0243
 
Response Due
1/23/2019
 
Archive Date
2/22/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ 36C25019Q0243 Alaris Infusion Pumps Dayton VA Medical Center, Dayton, OH This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. This is a request for quote (RFQ) and the solicitation number is 36C25019Q0243. The Government anticipates awarding a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-101, effective 10/26/2018. The associated NAICS Code is 339113, Surgical Appliance and Supplies Manufacturing; Small Business Size Standard is 750 Employees. This is a 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from SDVOSB sources to supply the Dayton VA Medical Center with new Alaris Infusion Pumps. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. Quotes are to be provided to Angie Carpenter, Contract Specialist, via email at angie.carpenter@va.gov, no later than Wednesday, 23 January 2019, by 4:00PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. REQUIREMENTS: This combined synopsis/solicitation is for exact match, Brand Name Only, items listed in the table below: Schedule Item # Manufacturer/Description/Part/Model Number* Qty Unit Unit Price Ext. Price 1 8015 Next Generation Alaris PC Unit 180 EA 2 8100 Alaris Pump Module 200 EA 3 8120 Alaris PCA Module 35 EA 4 8300 Alaris EtCO2 Module 35 EA 5 Equipment Check-In Services 1 JB 6 Project Management Support 1 JB 7 Maintenance and Support Fees - Software Management Services Alaris System (Level 3) 1 YR New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror s responsibility to ensure the quote is received. Salient Characteristics Next Generation Alaris PC Unit: Shall have 5.7 LCD Display Shall have wireless connectivity enabling easy download and upload of key infusion drug and IV therapy data System shall use Guardrails software to help identify trends and measure IV formula data Shall have the capability to run four (4) separate infusions concurrently Alaris Pump Module: Shall have large volume infusion pump providing both continuous or intermittent delivery of fluids, mediation, blood, and blood products Alaris PCA Module: Shall have syringed-based, patient-controlled analgesia device with large volume pump Alaris EtCO2 Module: Shall have continuous respiratory monitoring Shall pause PCA infusion when patient status dictates Delivery Contractor shall deliver all equipment to the Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428-9000, no later than 60 Days ARO. FOB Destination. The selected Offeror must comply with the following commercial item terms and conditions. Clauses FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4, Printed or copied Double-sided on Postconsumer Fiber Content Paper; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; and 52.233-2, Service of Protest, apply to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.222-55, 52.223-18, 52.225-13, 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70, Commercial Advertising; 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION); 852.232-72, Electronic Submission of Payment Requests; 852.233-70, Protest Content/Alternate Dispute Resolution; 852.233-71, Alternate Protest Procedure, and 852.246-71, Rejected Goods. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. OFOC SOP Revision 08 Page 6 of 7 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 EVALUATION CRITERIA/ SUBMISSION OF OFFER: Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Best Value Determination to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes must be good for 60 calendar days after close of this combined synopsis solicitation. Quotes shall be sent by email only to: angie.carpenter@va.gov no later than Wednesday, 23 January 2019, at 4:00PM EST. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by email only to: angie.carpenter@va.gov no later than Friday, 18 January 2019, by 2:00PM EST. No late submissions will be accepted. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. Justification and Approval (J&A) For NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0243/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 West Third Street;Dayton OH
Zip Code: 45428
Country: USA
 
Record
SN05197322-F 20190119/190117230024 (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.