SOLICITATION NOTICE
65 -- SpaceLab Qube Compact Monitoring Systems
- Notice Date
- 1/25/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0068
- Response Due
- 2/7/2019
- Archive Date
- 3/9/2019
- Point of Contact
- shari.lee@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25219Q0068 Posted Date: Friday, January 25, 2019 Original Response Date: Thursday, February 7, 2019 at 3:00PM CST Current Response Date: Thursday, February 7, 2019 at 3:00PM CST Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB set-aside ONLY NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) 115 South 84th Street, Suite 101 Milwaukee, WI 53214 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2019-01; effective January 22, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 (Surgical and Medical Equipment Manufacturing) with a small business size standard of 1,000 employees. The Department of Veterans Affairs, VA Illiana Healthcare System located in Danville, Illinois 61832 is seeking to purchase 3 Brand Name or Equal SpaceLab Qube Compact Monitors. Delivery, Installation and Complete Original Equipment Manufacturer Warranty to allow the high standard of patient monitoring and clinical diagnostics to continue for Our Nation s Veterans within the VA Illiana Healthcare System, 1900 East Main Street, Danville, Illinois 61832. If any offeror is submitting an equal, a line by line comparison of part numbers, description, and salient characteristics must be given to show the requester that the equal offer is in fact equal when it comes to salient characteristics. The Contracting Officer is not the subject matter expert regarding this procurement. The final determination regarding all submitted equal offers will be forwarded to the requesting department for final determination. All interested SDVOSBs companies shall provide Quotes for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 ITEM NUMBER: 91390 qube Compact Monitor 3 EACH 0002 ITEM NUMBER: 91390-A qube Compact Monitor, base unit 3 EACH 0003 ITEM NUMBER: 91390-1 English Language 3 EACH 0004 ITEM NUMBER: 91390-06 Six Waveforms 3 EACH 0005 ITEM NUMBER: 91390-N Vital Signs Calculations 3 EACH 0006 ITEM NUMBER: 91390-Q Data Shuttle 3 EACH 0007 ITEM NUMBER: 91390-D Perioperative 2 EACH 0008 ITEM NUMBER: 91390-U Printer 2 EACH 0009 ITEM NUMBER: 91390-V Full View 3 EACH 0010 ITEM NUMBER: 91390-W Full Bed Review 3 EACH 0011 ITEM NUMBER: 91496 Ultraview SL Command Module 3 EACH 0012 ITEM NUMBER: 91496-1 English Language 3 EACH 0013 ITEM NUMBER: 91496-A Non-Invasive Parameter Set 3 EACH 0014 ITEM NUMBER: 91496-B Invasive Parameter Set 2 EACH 0015 ITEM NUMBER: 91496-F Basic Arrhythmia 2 EACH 0016 ITEM NUMBER: 91496-H Advanced Multiview Arrhythmia (MVII) 3 EACH 0017 ITEM NUMBER: 91496-N Nellcor SpO2 3 EACH 0018 ITEM NUMBER: 91496-R Adult/Neonatal Respiration 3 EACH 0019 ITEM NUMBER: 91496-S ST Segment Analysis 3 EACH 0020 ITEM NUMBER: 92516 Capnography Pod 3 EACH 0021 ITEM NUMBER: 92516-1 English Language 3 EACH 0022 ITEM NUMBER: 92516-A Capnography Pod, base unit 3 EACH 0023 ITEM NUMBER: 92518 Multigas Module 2 EACH 0024 ITEM NUMBER: 92518-1 English Language 2 EACH 0025 ITEM NUMBER: 92518-A Multigas Module for measurement of C02, N20, 02 and Anesthetic Agent analysis and identification. For use with Zprezzon and Ultra View Monitors. Includes paramagnetic 02 sensor. 2 EACH 0026 ITEM NUMBER: 90499 Module Housing for up to two modules 2 EACH 0027 ITEM NUMBER: 012-0532-02 SDLC cable, 2ft, for connecting 90499 Module House to UVSL Portables (91370, 91369, 91367 and qube 91390 2 EACH 0028 ITEM NUMBER: 119-0251-05 Power Supply, 90 W, 20V, Medical, 26-pin D-Subconnector 2 EACH 0029 ITEM NUMBER: 910-3999-01 1 Bed Clinical Access Bundle License 3 EACH 0030 ITEM NUMBER: 910-3998-01 1 Bed Interface Bundle License 3 EACH 0031 ITEM NUMBER: 999-9999-42 Depot Support Plan. Unit price is per year. Monitoring Product only. 8 EACH 0032 ITEM NUMBER: 700-0006-35 ECG combiner lead wire set, 3L, multi-pinch, AAMI, 74 cm/29 in** 3 EACH 0033 ITEM NUMBER: 700-0008-55 ECG combiner cable, 3-Lead Spacelabs 3 EACH 0034 ITEM NUMBER: 690-0003-01 Nellcor OxiMax DS-100A finger sensor, adult, reusable 3 EACH 0035 ITEM NUMBER: 714-0018-00 BP hose, single tube, adult 3 EACH 0036 ITEM NUMBER: 715-1141-10 BP cuff, TruLink Nylon, 1T, adult, 26-36 cm, HP 3 EACH 0037 ITEM NUMBER: 700-0292-01 INVBP integrated adapter cable, Edwards Lifesciences, dual pressure 2 EACH 0038 ITEM NUMBER: 103-0234-00 C02 Nomoline adapter, sidestream, FLL, multi-use, 25/bx 1 EACH 0039 ITEM NUMBER: 704-0183-00 C02 oral/nasal cannula w/02 delivery, MLL, adult, 2.1m/7ft, 25/cs 1 EACH 0040 ITEM NUMBER: 700-0792-00 Nellcor OxiMax sensor adapter cable 3 EACH 0041 ITEM NUMBER: 700-0031-00 Dual temperature adapter cable, 30 cm/12 in 2 EACH 0042 ITEM NUMBER: 307438-001 Roll thermal paper, single-or dual-channel printing, 10/pk 1 EACH 0043 ITEM NUMBER: 700-0010-00 ECG combiner lead wire set, 3L, multi-pinch, AAMI, 130 cm/51 in 2 EACH 0044 ITEM NUMBER: 166-7121-00 CO sampling line, sidestream, MLL, 3m/10 ftm, 50/bx 1 EACH 0045 ITEM NUMBER: 704-0175-00 C02 airway T-adapter, sidestream, FLL, adult/pediatric, 25/bx 1 EACH 0046 ITEM NUMBER: 700-4000-00 Universal temperature probe extension cable, YSI 400 series compatible 1 EACH 0047 ITEM NUMBER: 999-1898-11 Enhanced Software Support Plan (ICS/XprezzNet/Xhibit) 2 EACH 0048 ITEM NUMBER: 016-0766-00 Mounting Adapter Plate for 1600, 1700, 2700, 2800 or 91518 2 EACH 0049 ITEM NUMBER: 016-0863-00 Power Supply Holster, Wall Mounted 3 EACH 0050 ITEM NUMBER: 999-1878-01 Monitoring third party vendor purchase. Includes 2 each of the following parts: DR-0026-12B Top Shelf Plate; SL-0084-36 Horizontal Channel Mount Countertop Assembly, RS 0021-03D Power Supply Holster, HZ-0003-01 Low Profile Horizontal Channel Mount 1 EACH 0051 ITEM NUMBER: WS-0008-01 Arm, 16in/40.64cm, variable height, 20lb/9.07kg, VESA 3 EACH 0052 ITEM NUMBER: 084-0700-03 Patient Monitoring Service Manual, CD-ROM 2 EACH 0053 ITEM NUMBER: 084-1101-03 Patient Monitoring Operations Manual, CD-ROM, English 2 EACH 0054 ITEM NUMBER: 161-0246-00 Power Cord, North America, 3ft, 120V, 10A 3 EACH 0055 ITEM NUMBER: 999-9999-97 Installation 1 EACH GRAND TOTAL $ ** If any offeror is submitting an equal, a line by line comparison of part numbers, description, and salient characteristics must be given to show the requester that the equal offer is in fact equal when it comes to salient characteristics. The Contracting Officer is not the subject matter expert regarding this procurement. The final determination regarding all submitted equal offers will be forwarded to the requesting department for final determination. Salient Characteristics needed for the Monitors: Transport monitors must be no larger than 13 with a touchscreen, high-resolution display that is capable of displaying the same parameters as bedside monitors. Bedside monitors must be between 18 20 with a touchscreen, high-resolution display. Monitors need to be interfaced with central information system and anesthesia record keeping system through the servers and the existing monitoring systems is CliniComp and IMDSoft. All equipment must be compatible with existing Government telemetry and IT infrastructure currently in place. Patient monitors must be compatible with existing Government-owned command modules. The equipment takes the patients vitals, enters the information into CPRS automatically Full bed disclosure software upgrade must be compatible with existing software, licenses and IT infrastructure. Patient monitors must have configurable, Escalating Alarms (Monitor has adjustable default settings for Adult, Pediatric, and Neonate patients that can be configured and changed as needed with escalating alerts. ) Patient monitors must have configurable views (Variable view options including size, color, and format of parameters) Patient monitors must have Adult, Pediatric and Neonate Settings (Accurately and efficiently monitor adult, pediatric, and neonate patients with customizable patient profiles) Patient monitors must display a minimum 8 Waveform View (minimum 18 active parameters per monitor) Patient monitor command modules must include ECG, Resp, NIBP, SPO2 (With every monitor) Monitors must include Cardiac Output (Thermal Dilution) Continuous Temperature Secondary Continuous Temperature Invasive Pressure monitoring And BISx Cable Management Hooks for Transport Monitors Quoted to keep S&A cables organized Mounts: Must be mountable to Anesthesia machines. Electronic Patient Data Transfer (Allows for electronic transfer and stitching of all data across the network) Modular Patient Data Transfer (Allows for use of parameter module to upload all patient data vital signs captured at the host monitor (origin) for the past 24 hours, including demographic data to be shared with any destination monitor, on or off the network. The function must ensure the host monitor data is purged/discharged to create a single patient record. This function does not require departments to share modules, only data) Bed-to-Bed Remote Monitor (Allows for viewing of other beds and alarm watch from the bedside monitor), Including full interoperability of any parameter, alarm limits, printing and review of trends of the remote monitor. All equipment must be quoted new and non-refurbished. No existing monitoring equipment or vendor licensing if already installed will be reutilized. Failure to meet any requirements and/or not offer all the requirements, shall eliminate a vendor from further consideration. Other requirements listed in this document apply in conjunction to the attachment. All patient monitoring equipment and related peripherals shall be state-of-the-art technology. "State-of-the-art" is defined as the most current versions and/or recently designed components, which are announced for marketing purposes, available, maintained and supported. Items with a manufacturer's planned obsolescence within one year of delivery order issuance are not acceptable. Vendor shall provide information regarding any current End of Sales (EOS) notifications, End of Service Life (EOSL) notifications, or any plans to end sales/support on equipment being proposed, including equipment to be reutilized, within the next 10 years. This includes if the vendor will end required on-going Cybersecurity support. All offered items must have a minimum 7-year life after final installation and acceptance. This is defined as being fully supportable by the manufacturer for the 7-year period. This includes service by a qualified Field Service Engineer, technical data, updates and repair parts, which shall be available for a minimum of seven years following installation and acceptance. Operators, Maintenance and Training manuals shall be provided for every type of equipment and shall be in digital form (CD), with rights to reproduce and distribute within the VA. Detailed information shall be provided for the system components that are being offered along with their capabilities and subsequent limitations. Vendors shall explain how the system being offered will meet the Governments minimum requirements. The warranty will begin after the final piece of equipment has been verified as fully operational. Services 1. The VA Illiana Health Care System, located in Danville, Illinois, 53705 has a need to acquire (3) three Spacelabs Qube Compact Monitoring Systems which are portable monitors that provide real-time patient physiological data. Two of the monitors will be used with (2) Drager Fabius Tiro anesthesia machines. The VA Illiana Health Care System located in Danville, Illinois requires the above parts and the below noted salient characteristics of the Monitoring Systems as it will enable Upgrade to Patient Monitoring at VA Illiana HealthCare system. Currently, the Illiana HealthCare system located in Danville, Illinois has Spacelabs HealthCare servers and monitors already installed and in use. Any and all responses to this notice must be able to provide all parts listed above, as well as have all salient characteristics listed directly below. This equipment will enable the VA Illiana Healthcare System to continually provide uninterrupted services to Veteran within the Danville, Illinois area. 2. (Line item 0055), the Installation, MUST be performed by the OEM, to ensure its absolute calibrated working order. The delivery/task order period of performance is as soon as possible after contract award has occurred. Delivery of all items shall be provided no later than 45 days after receipt of order/award of contract. All quotes are requested to be submitted to Contacting Officer as FOB destination. Place of Performance Address: Department of Veterans Affairs VA Illiana Healthcare System 1900 East Main Street Danville, Illinois Postal Code: 61832 Country: UNITED STATES Basis for Award 1. Award shall be made to the offeror whose quotation offers the lowest price technically acceptable. 2. Price fair and reasonableness, in accordance with FAR 13.106-3, will be followed. 3. For authorized distributors of the Brand-Name, proof of authorized distributorship must be included in the submission to the Contracting Officer. The Contracting Officer will deem the submission an un-interested party if authorized distributorship paperwork from the OEM is not received or missing with your quoted submission. 4. This is an open-market combined synopsis/solicitation for products and services, as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. In accordance with FAR 12.301(b)(1) and FAR 52.212-1(b)(11), To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). 5. The Offerors quote submitted to also have the same 55-line items that matches this notice, and the required statement regarding terms and conditions of contract within their letterhead quote. The Offeror may submit this same Combined Synopsis/Solicitation document as their official quote, and if so, all pages are required for submission, and the vendors name and DUNS number must be placed on the last submitted sheet of this Combined Synopsis/Solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 (a) Gray market items are Original Equipment Manufacturers (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. (b) Vendor 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. (c) 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. FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items JAN 2017 And Includes all addenda to FAR 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JAN 2018 FAR 52.225-1, Buy American Act Supplies FAR 52.225-2, Buy American Certificate FAR 52.225-5, Trade Agreements FAR 52.225-2, Trade Agreements Certificate FAR 52.225-18, Place of Manufacturer The following VAAR Clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising JAN 2008 VAAR 852.211-70, Service Data Manuals NOV 1984 VAAR 852.211-75, Product Specifications JAN 2008 VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Businesses Set-Aside JUL 2016 (DEVIATION) VAAR 852.232.73, Electronic Submission of Payment Request NOV 2012 VAAR 852.246-70, Guarantee JAN 2008 VAAR 852.246-71, Inspection JAN 2008 All quotations shall be sent to the Contracting Officer, by email only to Shari.Lee@va.gov. Submission shall be received not later than 3:00 PM CST, Thursday, February 7, 2019 at email address shari.lee@va.gov. Hand delivery, fax, and any type of mail will not be methods acceptable for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offerors are responsible for submitting offers and quotes to reach the Contracting Officer designated in the solicitation by the time and means specified in the solicitation. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Shari Lee at shari.lee@va.gov. Point of Contact Shari Lee, Contracting Officer; shari.lee@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/VAGLHS/VAGLHCS/36C25219Q0068/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA Illiana Healthcare System;2500 Overlook Terracce;Danville, IL
- Zip Code: 61832
- Country: USA
- Zip Code: 61832
- Record
- SN05203401-F 20190127/190125230027 (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 |