Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2019 FBO #6446
SOLICITATION NOTICE

65 -- Endoscopic Cabinet

Notice Date
7/16/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;Amanda Drake;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
36C26019Q0548
 
Response Due
7/30/2019
 
Archive Date
8/19/2019
 
Point of Contact
208-429-2019
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for Flexible Scope Cabinets 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. Simplified Acquisition Procedures IAW FAR 13 will be used. (ii) The solicitation number is 36C26019Q0548 and is issued as a Brand-Name or Equal (Medivators: Clin 001 006, Mass Medical Storage: Clin 007 - 012) request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and the associated NAICS 339113 Surgical Appliance and Supplies MFG. To be considered a small business your company must have fewer than 1000 employees. The SDVSOB must be verified for ownership and control pursuant to 38 CFR 74 and listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov). (v) Contract Line Items (CLIN) (Part Numbers are Medivators: Clin 001 006, Mass Medical Storage: Clin 007 - 012) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 10.00 EA ______________ _______________ ASSY, CASSETTE, TRANSPORT, P/N: CAS-1000, MFG: Medivators LOCAL STOCK NUMBER: CAS-1000 Or Equal Bidding On:__________ MFR:_________________ Brand:_______________ P/N:_________________ 0002 4.00 EA ______________ _____________ ASSY, HOOK-UP, OLY, P/N: 2-8-611, MFG: Medivators LOCAL STOCK NUMBER: 2-8-611 Or Equal Bidding On:___________ MFR:__________________ Brand:________________ P/N:__________________ 0003 4.00 EA ______________ ____________ ASSY, HOOK-UP, OLY, P/N: 2-8-511, MFG: Medivator LOCAL STOCK NUMBER: 2-8-511 Or Equal Bidding On:___________ MFR:__________________ Brand:________________ P/N:__________________ 0004 1.00 EA ____________ ______________ ENDODRY ADV CABINET SS OR, P/N: DRY-1002, MFG: Medivators LOCAL STOCK NUMBER: DRY-1002 Or Equal Bidding On:__________ MFR:________________ Brand:______________ P/N:________________ 0005 1.00 EA ____________ ______________ Installation of the EndoDry system to be done on and during a Business Day LOCAL STOCK NUMBER: INS-1011 0006 1.00 EA ____________ ____________ Training on the Operation of the EndoDry system. LOCAL STOCK NUMBER: OPT-1009 0007 1.00 ea ____________ ____________ Cabinet, Med. air Lumens, Coated metal, 9 holders, Hepa fan, Scope separator, Locking Hinged glass doors, padded walls, Removable drip pan, Quick disconnect air, Door activated lightening, 41"W x 19"D x 92"H, P/N: DAS-9P-LHG-HA, MFG: Mass Medical Storage Or Equal Bidding On:__________ MFR:________________ Brand:_____________ P/N:_______________ 0008 5.00 ea ____________ _____________ Medical Scope Connector and system to attach to the MASS Medical Storage DAS line of scope drying cabinets for Olympus Colon, Gastro and Enteroscopic scopes. P/N: DAS-truConnect-Duo1, MFG: Mass Medical Storage Or Equal Bidding On:_________ MFR:_________________ Brand:_______________ P/N:_________________ 0009 1.00 EA ____________ _____________ Medical scope connector and system to attach to the MASS medical storage DAS line of scope drying cabinets for Olympus EUS Radial Scopes, P/N: DAS-truConnect-Duo2, MFG: Mass Medical Storage OR Equal Bidding On:_____________ MFR:____________________ Brand:__________________ P/N:____________________ 0010 1.00 ea ____________ _____________ Medical Scope Connector and system to attach to the MASS Medical Storage DAS line of scope drying cabinets for Olympus EUS Linear scopes. P/N: DAS-truConnect-Duo3, MFG: Mass Medical Storage OR Equal Bidding On:_____________ MFR:____________________ Brand:__________________ P/N:____________________ 0011 1.00 EA ____________ ____________ Medical Scope connector and system to attach to the MASS Medical Storage DAS line of scope drying cabinets for Olympus Dual channel gastroscopes. P/N: DAS-truConnect-Duo6, Mfg: Mass Medical Storage Or Equal Bidding On:__________ MFR:_________________ Brand:_______________ P/N:_________________ 0012 1.00 EA ____________ ____________ Medical Scope Connector and system to attach to the Mass medical Storage DAS line of scope drying cabinets for Olympus bronch scopes, P/N: DAS-truConnect-Uno1, MFG: Mass Medical Storage Or Equal Bidding On:__________ MFR:_________________ Brand:_______________ P/N:_________________ GRAND TOTAL ___________ vi) Contract Title. Vancouver VA Medical Center Endoscopic Cabinets. Salient Characteristics for Flexible Endoscope Drying Cabinet (Clin 007 012) Dimensions should be 41 to 50 x 18 to 20 x 92 to 94. Will have HEPA filter at air intake. Cannot accept a cabinet without the HEPA filter. Fully compliant with Joint Commission, AORN and SGNA (Society of Gastroenterology Nurses Association) standards and guidelines. Salient Characteristics for Flexible Endoscope Drying Cabinet ( Clin 001 006) Dimensions should be no less than 75 H x 24 W x 22 D and no more than 80 H x 24 W x 22 D. Will have HEPA filter at air intake. Cannot accept a cabinet without the HEPA filter. Fully compliant with Joint Commission, AORN and SGNA (Society of Gastroenterology Nurses Association) standards and guidelines. Be able to connect to the current automatic endoscope reprocessing units for endoscope process tracing and quality assurance. (vii) Delivery: NLT: 90 Days ARO Delivery Location: Department of Veterans Affairs VA Medical Center 1601 East 4th Plain & St. John Vancouver, WA 98661 (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: Provisions: 52-204-7 System For Award Payment 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.214-21 Descriptive Literature (ix) The provision at 52.212-2, Evaluation Commercial Items (Oct 2014)(a), applies to this acquisition. The following factors shall be used to evaluate offers: Basis of Award. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation (including the meeting or exceeding the salient characteristics provided), offers the lowest price, whose offered price does not exceed the amount of funding available for the procurement and whose price is found to be reasonable. Price alone is the sole evaluation factor. In addition, the general standards of responsibility found at FAR 9.104-1 apply to this procurement. (b) Evaluation Process. Offers will be evaluated in the following manner. The lowest-priced offer will be identified. The lowest-priced offer will be evaluated to determine if the offered price exceeds the amount of funding available for the procurement. If the offered price does not exceed the amount of funding available for the procurement, the offered price will be evaluated to determine if it is reasonable. If the offered price is found to be reasonable, the offeror who submitted this offer will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and any special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced offer following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all offers not acceptable and cancel the solicitation if the lowest-priced offer exceeds the amount of funding available for the procurement. The contracting officer may likewise find an offer under evaluation, as well as all remaining offers, not acceptable and cancel the solicitation if the offer currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (End of Provision) (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: Clauses: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (MAY 2018) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852-246-70 Guarantee 852.246-71 Rejected Goods (Oct 2018) Grey Market Prevention (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 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 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) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) Addition Requirements: 1. All potential contractors need to be the manufacturer of the end product or an authorized reseller/distributor for the manufacturer to prevent gray market issues. When submitting a quote, please provide proof of this arrangement. A letter issued from the manufacture granting distributorship is required. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to amanda.drake@va.gov received no later than 3pm EST on 07/30/2019. Quotes may be submitted on this document or the vendor s own form. a. All quotes must address each element of the requirements to be considered. b. No late quotations will be accepted. (xvi) For information regarding the solicitation, please contact Amanda Drake at Amanda.Drake@va.gov or 208-429-2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-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/BoVAMC531/BoVAMC531/36C26019Q0548/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;1601 East 4th Plain & St. John;Vancouver;Washington
Zip Code: 98661
Country: USA
 
Record
SN05371325-F 20190718/190716230029 (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.