Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2019 FBO #6435
SOLICITATION NOTICE

65 -- Brand Name Only Verathon Bladderscan Prime Plus Bladder Scanners, Mobile Carts, and Printers Closes Monday 07/15/2019 1:00 PM EST

Notice Date
7/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road;Pittsburgh, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24419Q0878
 
Response Due
7/15/2019
 
Archive Date
8/14/2019
 
Point of Contact
amanda.williams4@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION i) This is a combined synopsis/solicitation for Brand Name Only Verathon Bladderscan Prime Plus Bladder Scanners, Mobile Carts, and Printers for the Lebanon VA Medical Center, as prepared in accordance with 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24419Q0878 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20019-02, effective date May 6, 2019. (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000. (v) Statement of Need Verathon Bladder Scanner Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a requirement for three (3) Verathon Bladder Scanners (Bladderscan Prime Plus), three (3) thermal printers and three (3) mobile carts to be utilized in a clinic/procedure room setting. The LVAMC providers presently utilize Verathon s Bladder Scanners. The Bladderscan Prime Plus is a portable 3D instrument utilized to measure bladder volume. Scope of Work: The Bladder Scanner shall provide quick, accurate information to aid in the diagnosis of common urological condition (e.g., bladder outlet obstruction, lower urinary tract symptoms, overactive bladder, etc.), identify a blocked Foley catheter, assess urinary retention, minimize incontinent episodes, help prevent unnecessary catheterization, and reduce rates of catheter-associated urinary tract infection (CAUTI). The Bladder Scanner shall also be utilized for the monitoring of post-operative urinary retention (POUR). Salient Characteristics of the Bladder Scanner: Shall not require a Sonographer to be operated. Shall be portable and compatible with an optional medical cart with lockable wheels. Shall provide ImageSense 3D image capability analyzing over 900 lines of scan data per scan Pubic Bone Interference indicator Shall have 12 Bmode-slice review Shall have a Liquid Crystal Display (LCD) screen to display bladder volume and position along with an aiming icon with visual/color cues to aide with the probe placement. Shall be battery operated with 2 rechargeable batteries and no console charging required. Shall have an onboard printing mechanism for recording bladder measurements. Shall have a fully sealed probe design Shall meet the following specifications: 1-999ml volume detection +/- 7.5% accuracy on volumes greater than 100ml +/- 7.5ml on volumes less than 100ml Modes: One Button press VMode (3D, multiple, aligned B-mode images) Additional Information: This procurement is a brand-name-only request. The Verathon model is requested, as this is the type of Bladder Scanner currently used in the clinics and the staff is familiar with its use; therefore, adding another scanner of this type would be beneficial for training purposes and accuracy as the staff use for diagnostic purposes. Delivery: Delivery shall be within thirty (30) days from the time of award. Needed date is 8/30/2019. The Bladder Scanner and accessories shall be delivered to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. BioMedical Engineering will need to perform a safety check and enter the equipment in to the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Clinical Nurse Manager and/or the Contracting Officer Representative. (vi) Records Management Language Records Management Language Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. (vii) Contract Line Items (CLINS): PRICE/COST SCHEDULE 0001 Bladderscan Prime Plus with Standard 5 yr. warranty- Product Code 0270-0870 3EA Cost$ ________________ 0002 Bladderscan Prime Mobile Cart Product Code 0800-0532 3EA Cost$ ________________ 0003 Printer, Thermal, Bladderscan Prime Product Code 0270-0868 3 EA Cost$________________ DELIVERY SCHEDULE Delivery: Within 30 Days after receipt of order to the Lebanon VA Medical Center, 1700 South Lincoln Avenue Lebanon, PA 17042 GOVERNMENT FURNISHED PROPERTY: The government will furnish no property to the contractor. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (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.   (ix) Evaluation of this requirement will be based on PRICE ONLY (AUTHORIZED DISTRIUBTOR LETTERS FROM THE MFG MUST BE INCLUDED) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) Additional Conditions: All interested parties shall be registered, active, and verified with the following sites to be considered for award. SAM: (ALL BUSINESSES) http://www.sam.gov VETBIZ (SDVOSB/VOSB S ONLY) https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to amanda.williams4@va.gov and received no later than Monday 07/15/2019 AT 1:00 PM EST Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTERS FROM THE MFG needs to be provided with your quote in order to be considered for the award. NO LATE OFFERS WILL BE ACCEPTED and shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) For information regarding the solicitation, please contact Amanda Williams at amanda.williams4@va.gov; NO PHONE CALLS WILL BE ACCEPTED NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUL-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/PiVAMC646/PiVAMC646/36C24419Q0878/listing.html)
 
Place of Performance
Address: Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA
Zip Code: 17042
Country: USA
 
Record
SN05361764-F 20190707/190705230016 (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.