SOLICITATION NOTICE
65 -- NX EQ Hemodialysis Units (VA-19-00034666)
- Notice Date
- 4/23/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- U.S. Department of Veterans Affairs;OPAL | Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697
- ZIP Code
- 22408-2697
- Solicitation Number
- 36C10G19Q0073
- Response Due
- 5/23/2019
- Archive Date
- 6/22/2019
- Point of Contact
- lasheena.scott@va.gov
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: 36C10G19Q0073 Notice Type: Combined Synopsis/Solicitation Synopsis: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for Hemodialysis Units, Fresenius ® Brand Name or Equal (BNOE) 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 36C10G19Q0073 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 dated January 22, 2019. Requirement Description: In order to ensure we are able to continue to provide Veterans with the benefits and care they have earned through their selfless service, the Department of Veterans Affairs (VA) is changing the way we do business. Specifically, we are improving the management of our supply chain to aggregate demand and facilitate ease of ordering in the field. Throughout VA, we are moving from local contracting to national contracting whenever feasible. Simplified ordering processes will drive volume towards suppliers with national contracts. Simultaneously, greater cost transparency throughout the VA will allow clinicians and VA leaders to select medical equipment that optimizes Veteran outcomes at the lowest cost. For our suppliers, we anticipate that these changes will ease the process of doing business with the VA and drive down our suppliers costs. We welcome opportunities to work closely with suppliers to further reduce costs. In return, we expect that suppliers will offer the VA value commensurate with VA s status as the largest integrated healthcare provider in the United States. Specifically, VA expects that it will receive the most favorable prices, warranties, conditions, benefits, and terms for the same product as those given by the supplier to any provider in the country. We expect that VA s large volumes will increasingly be directed toward those suppliers best able to offer value to the VA. VA looks forward to collaborating with its suppliers to further drive down costs in order to deliver optimal value to our Veterans. VA has a requirement to purchase Fresenius ® brand or equal Hemodialysis Units and related equipment to deliver patient care at its VA medical facilities throughout the United States, U.S. Territories, Guam, and the Philippines. Fresenius BNOE Hemodialysis Units perform extracorporeal dialysis to replace the main activity of the kidneys in patients with impaired renal function. Impaired kidney function causes the body to retain metabolic wastes and water. Hemodialysis therapy removes these, as well as, ions and organic salts from the bloodstream. This process restores a reasonable state of health by partially performing renal functions, thereby minimizing further damage to other organs and physiologic systems. Continuous Renal Replacement Therapy (CRRT) machines are used to treat patients suffering from acute kidney injury (AKI), a critical condition characterized by sudden temporary loss of normal kidney function. A Firm-Fixed-Price Requirements contract will be awarded in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the vendor s best terms for cost/price and technical capabilities of the Fresenius BNOE Hemodialysis Units and related equipment. The Government reserves the right to award without discussions. The North American Industry Classification System (NAICS) code for Hemodialysis Units is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies. This procurement action is not set-aside for any socio-economic category. This procurement is in accordance with FAR clause 52.211-6, Brand Name or Equal which requires that the vendor indicate each product that is being offered as an equal product. In accordance with FAR Part 13.106-2, the Government will perform an evaluation in an impartial manner using a comparative analysis of the quotes received. The Government intends to compare quotes to one another to select the product that is best suited to fulfill the requirement for Fresenius BNOE Hemodialysis Units and related equipment as identified in Attachment A, Cost/Price Schedule. VA is looking to establish a one-year contract with two 12-month option periods. Interested vendors shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment A, Cost/Price Schedule which includes the option years. Delivery is FOB destination and requires delivery to VA medical facilities throughout the United States, U.S. Territories, Guam, and the Philippines. Firm-Fixed-Price Orders will be placed against this contract in writing and will provide the exact delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria in the attached addenda also applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible vendor that provides a technically acceptable quote that conforms to the solicitation and which is determined to be the most beneficial (i.e., best value) to the Government, considering technical capability, past performance, and price. Vendors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if not available in SAM All interested vendors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition and found on Attachment C, Contract Clauses. All questions should be submitted no later than May 9, 2019 12:00PM EST Quotes are due May 23, 2019 at 12:00PM EST to Lasheena Scott at lasheena.scott@va.gov and Beth Davis at Beth. Davis@va.gov. See attached document: Attachment A - Cost Price Schedule. See attached document: Attachment B - Min Salient Characteristics Product Description. See attached document: Attachment C - Contract Clauses. See attached document: Attachment D - Solicitation Provisions. See attached document: Attachment E - Quarterly Sales Report. CONTRACT ADMINISTRATION DATA All contract administration matters will be handled by the following individuals: a. CONTRACTOR: TBD POC TITLE EMAIL PHONE DUNS b. GOVERNMENT: Contracting Officer 0010G Beth Davis U.S. Department of Veteran Affairs Strategic Acquisition Center 10300 Spotsylvania Ave., Suite 400 Fredericksburg, VA 22408 Beth.davis2@va.gov Contract Specialist Lasheena Scott Lasheena.Scott@va.gov Contracting Officer Representative Daniel R. King (Dan) VHA CO Procurement & Logistics Office (10NA2) 10300 Spotsylvania Avenue Fredericksburg, Virginia 22408 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with 52.232-33, Payment by Electronic Funds Transfer System For Award Management. 3. INVOICES: Invoices shall be submitted monthly in arrears based upon delivery and acceptance: 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Request. 5. FSC MANDATORY ELECTRONIC INVOICE SUBMISSION: Contractors are required to submit payment requests in electronic form in accordance with the submission instructions below. TUNGSTEN ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Contracting POC: Lasheena Scott COR (Contracting Officers Representative): Daniel King NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-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/notices/b389ed0178b8c8c14648b57f6c4431b4)
- Record
- SN05290470-F 20190425/190423230044 (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 |