Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2019 FBO #6377
SOLICITATION NOTICE

65 -- Vital Sign Monitor Telemetry ED Activation

Notice Date
5/8/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
36C26319Q0565
 
Response Due
5/20/2019
 
Archive Date
6/19/2019
 
Point of Contact
andrew.hinton3@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 4 of 4 Solicitation Number: 36C26319Q0565 1a. DESCRIPTION OF SOLICITATION In accordance with FAR Part 13 this 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. This Solicitation issued as a Request for Quotation (RFQ) for the following Commercial Items: Vital Signs Monitor Telemetry, Brand Name or Equal (BNOE) Philips Healthcare IntelliVue System Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. Respond by: Please see INSTRUCTIONS TO OFFERORS below. Small Business Set-Aside: This solicitation is Set-aside 100% for Service Disabled Veteran Owned Small Businesses. Quotations from Large Business offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. Brand-Name Only solicitation: This is a Brand-Name Or Equal (BNOE) solicitation. This will be a Lowest Price Technically Acceptable (LPTA) purchase. NAICS code/Size Standard/PSC or FSC: NAICS code (North American Industrial Classification system: 339112 Size Standard for this NAICS code: 1000 employees PSC/FSC (Product Service Code/Federal Supply Code): 6515 Type of Contract/Award: The type of contract/award the government intends to make/enter for this solicitation is a single award, firm-fixed price purchase order. (See Evaluation of Offers below). Delivery: FOB Destination, 60 Calendar Days or Less ARO. See Delivery below. Contract Period: Delivery Date of 60 Calendar Days or Less ARO. Method of Payment: Payment will be made electronically to: Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com. Provisions and Clauses: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: https://www.acquisition.gov/browsefar -or- https://www.va.gov/oal/library/vaar/ 1b. DESCRIPTION OF SUPPLIES/SERVICES being solicited: Vital Signs Monitor Telemetry System Line Item Model (BNOE Philips for ALL) Item Name Item Description Qty 0001 866390 EB1 PIIC IX B.X. Expanded Domain Expanded Domain 1 0002 BB1 BB1 Surveillance Bed EXP 2 0003 CB1 CB1 Cardiology WF Exp 2 0004 VB1 VB1 Visibility WF Exp 2 0005 MDB MDB Additional Media Kits 1 0006 1FB 1FB Additional Hardcopy IFU 1 0007 MX450 US MX450 IntelliVue Monitor (US) 8 0008 SL1 MX450 SL1 MX450 Standard Monitor 8 0009 E24 One Lithium Ion Battery 8 0010 X3 IntelliVue X3 Monitor 8 0011 A04 A04-4 Waves Capability 8 0012 H72 H72 Critical Care Transport SW 8 0013 B06 B06 Dual Pressure and Temperature 8 0014 SP6 SP6 Nellcor Oximax SPO2 8 0015 SC1 SC1 System Cable- 0.75M 8 0016 E20 E20 Fix Clamp Mount 8 0017 E31 E31 Carrying Handle 8 0018 J45 J45 Smart Hopping IF 1.4 GHZ 8 0019 N/A Numbers of Documents Sets 8 0020 N/A Cable, 5 Lead ECG Trunk, AAMI, IEC/ 2.7M 8 0021 N/A Cable, 5 Lead Set, Grabber, AAMI, ICU 8 0022 N/A Adult Pressure Interconnect Cable, 3.0M 8 0023 N/A Easy Care Cuff, 1 Hose, Pediatric (1) 8 0024 N/A Easy Care Cuff, 1 Hose, Small Adult (1) 8 0025 N/A Easy Care Cuff, 1 Hose, Adult (1) 8 0026 N/A Easy Care Cuff, 1 Hose, Adult XL (1) 8 0027 N/A Easy Care Cuff, 1 Hose, LRG Adult XL (1) 8 0028 Wall Channel Seismic 19 8 0029 Remote Multi-Video Solution Sender 1 1 0030 Remote Multi-Video Solution Receiver 1 1 0031 Display FLT PNL Non-Touch PIIC IX 23 HP 1 0032 IntelliVue Network Smart Hopping Wired 2599 0033 IntelliVue Network-Hardware (per bed) 8 0034 MXU0480 SH Coverage up to 10,000 SqFt 2599 0035 MXU0535 Redundant Power Supply 8 0036 890500 Installation Site Service (CMS) 1 0037 A04 Facilities Impl Solutions 1 0038 MXU0071 HL7 Services for IntelliVue 1 0039 A02 Add DB Server Link 1 0040 MXU0575 Project Management Services 40 0041 AO1 Foundation 40 0042 Clinical Configuration & Impl. Services (CMS) 3 0043 1 Standard Shift 3 1.c MANUALS, CARE/CLEANING INSTRUCTIONS: Appropriate user manuals, service manuals, and instructions for cleaning/sterilization, two copies. 1.d DELIVERY Needed: Delivery Terms: 60 Calendar Days or Less ARO, On or about 7/15/2019, FOB Destination. Deliver to: Department of Veteran Affairs Sioux Falls VAMC 2501 W. 22nd Street Sioux Falls, SD 57117 2. INSTRUCTIONS TO OFFERORS The Provision FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors Commercial Items: Respond by: Offerors are to email complete offers to andrew.hinton3@va.gov, Offers must be received no later than 2:00pm CDT Monday, May 20, 2019. Please include in the subject line: Solicitation 36C26319Q0565, Vital Signs Monitor Telemetry Letter of Authorization to Distribute for the Original Equipment Manufacturer: In accordance with the Original Equipment/No Gray Market Goods language under TERMS & CONDITIONS stated below, a letter of Authorization to Distribute shall be included with the offer and received before the closing time and date of this solicitation. (End of Provision 52.212-1) 3. EVALUATION OF OFFERS The Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA The basis for award will be Lowest Price Technically Acceptable - evaluated on technical capability of the item offered to meet the Government requirement. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. Past performance IAW 9.104-3(b). The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). (End of Provision 52.212-2) 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if indicated as instructed by the language of the provision. (End of Provision 52.212-3) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017), applies to this acquisition. Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017): 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70  Commercial advertising (Jan 2008) 852.232-72  Electronic submission of payment requests (NOV 2012). Addendum to FAR 52.214-4 Contract Terms and Conditions Commercial Items (Jan 2017) continued: Original Equipment/No Gray Market Goods (a) 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 remanufactured, used, expired, outdated (old edition or old model) or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. (b) Offeror shall be a distributor that is authorized directly by the manufacturer (OEM) of the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter from the manufacturer. The OEM s warranty and service shall be provided and maintained by the OEM and pass through to the VA. 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 and shall pass through to the VA. (c) The delivery of remanufactured, used, expired, outdated (old edition or old model) or gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to 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. (End of addendum to 52.212-4) (End of Clause 52.212-4) 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.203-5, Covenant Against Contingent Fees (May 2014) 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995) 52.203-7, Anti-Kickback Procedures (May 2014) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.211-5, Material Requirements (Aug 2000) 52.216-25. Contract Definitization Alternate I (Oct 2010) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-41, Service Contract Labor Standards (May 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.244-6, Subcontracts for Commercial Items (Nov 2017) 852.246-71, Inspection (Jan 2008) 852.203-70, Commercial Advertising (May 2018) (End Clause 52.212-5) ** end solicitation** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-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/ICVAMC584/ICVAMC584/36C26319Q0565/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;2501 W. 22nd Street;Sioux Falls, SD
Zip Code: 57117
Country: USA
 
Record
SN05305062-F 20190510/190508230024 (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.