Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2019 FBO #6469
SOLICITATION NOTICE

65 -- Carotid Flowmeter TS420 PERIVASCULAR FLOW MODULE

Notice Date
8/8/2019
 
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 15240
 
ZIP Code
15215
 
Solicitation Number
36C24419Q1036
 
Response Due
8/16/2019
 
Archive Date
10/15/2019
 
Point of Contact
justin.erdley@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for one TRANSONIC TS420 PERIVASCULAR FLOW MODULE and COMPONENTS, BRAND NAME, 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 36C24419Q1036 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 2019-02, effective date 05/06/2019, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisiton.gov. (iv) This solicitation is set aside 100% for Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000. (v) Contract Line Items (CLINS): Brand Name Transonic 400-SERIES CONSOLE, 2-CHANNEL, FLOWPROBE, 0.5SB,.5MM. FLOWPROBE, 0.7SB,.7MM. FLOWPROBE, 1MM. EXTENSION CABLE. POWERLAB 4/26 4 CHANNEL. SHIPPING (vi) Statement of Need/Salient Characteristics STATEMENT OF NEED/SALIENT CHARACTERISTICS A GENERAL INFORMATION A. 1 INTRODUCTION Dr. Guodong Cao is requesting a Carotid Flowmeter for his VA funded study titled: Reprogrammed cell therapy for white matter restoration in aged brain ischemia. A. 2 BACKGROUND White matter injury is critical but under investigated due to lack of therapeutic approach as well as the lack of reliable animal model. Our project will investigate a novel approach to in situ convert reactive astrocytes into oligodendrocytes which can restore white matter injury and enhance behavioral outcomes after brain ischemia in aged mouse. In this project, we will establish a novel cerebral hypoperfusion model by ligating/narrowing common carotid artery which need exact measurement of the blood flow reduction. Transonic T420 flowmeter nanoprobes are miniaturized ultrasonic transit-time flowprobe that loosely cradle the target vessel in mouse directly measure the volume flow of blood flow in ml/min, allowing easy access and precise measurement of Carotid blood flow. This device will be critical for the successful establishment of this novel model. Furthermore, several VA investigators (Jun Chen, Steven Graham, Xiaoming Hu and Kejie Yin) are performing carotid artery hypoperfusion models, but all VA investigators do not have this machine. Our project will provide a novel therapeutic approach for the treatment of ischemic stroke as well as the establishment of a novel model to mimic cerebral hypoperfusion caused by atherosclerotic carotid stenosis. Furthermore, our project will investigate ischemic stroke in aged animal which is clinically relevant because stroke mainly occurs in age population. A. 3 SCOPE OF WORK This request is for the purchase of Carotid Flowmeter. Item # Description/Part Number* Qty Price Extended Amount T402 400-SERIES CONSOLE, 2-CHANNEL 1 0.5PSB FLOWPROBE,0.5SB,.5MM 1 0.7PSB FLOWPROBE,0.7SB,.7MM 1 1PRB FLOWPROBE,1MM 1 AECRA10-S EXTENSION CABLE 1 PL2604 POWERLAB 4/26 - 4 CHANNEL 1   SHIPPING 1 B WORK REQUIREMENTS B. This purchase does not require the vendor to install. DELIVERY: The contractor shall deliver all items to the VA Pittsburgh Healthcare System (VAPHS) University Drive Pittsburgh, PA 15240 ATTN: Amy Tomko (Research Building) 3. PRICING SCHEDULE: VA anticipates award of a contract on a firm fixed unit price basis. 4. PERFORMANCE, DELIVERY, INSPECTION AND ACCEPTANCE: 4.1 Backorders: If there is a backorder on any of the requested items, the contractor must contact the VA no later than 24 hours. The contractor will offer the VA substitute of equal or higher quality. If acceptable to the VA, the substitute may be made part of the contract with a bilateral modification. 4.2 Warranty: The contractor warrants/guarantees all items against defective material and/or workmanship for a minimum of one year from the date of receipt. The contractor agrees to furnish without additional cost to the government, all labor and materials necessary to correct defects that were detected during the guarantee period. The Contractor shall immediately notify all affected VA s and contracting activities in the event of a product recall, removal, required adjustments, or required modification that is suggested or mandated by the contractor, distributor, manufacturer, or any regulatory or official agency. The information that shall be included in this notification include: A complete item description, identification. Administrative identification data including contract number, order numbers, and order date. Reasons for recall, removal, adjustment, or modification. Instructions for appropriate corrective action. 5. EDUCATION/ TRAINING: 5.1 The contractor shall provide any manuals needed to properly operate the equipment. PRICE/COST SCHEDULE ITEM INFORMATION Item # Description/Part Number* Qty Price Extended Amount T402 400-SERIES CONSOLE, 2-CHANNEL 1 0.5PSB FLOWPROBE,0.5SB,.5MM 1 0.7PSB FLOWPROBE,0.7SB,.7MM 1 1PRB FLOWPROBE,1MM 1 AECRA10-S EXTENSION CABLE 1 PL2604 POWERLAB 4/26 - 4 CHANNEL 1   SHIPPING 1 DELIVERY SCHEDULE Delivery: Within 30 Days ARO to the: VA Pittsburgh Healthcare System (VAPHS) University Drive Pittsburgh, PA 15240 ATTN: Amy Tomko (Research Building) 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) (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 DISTRIBUTOR 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) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (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 IF APPLICABLE (SDVOSB/VOSB ONLY) https://www.vip.vetbiz.gov/Public/Search/Default.aspx Interested vendors are advised to monitor www.fbo.gov for any amendments to this solicitation that may be posted. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to justin.erdley@va.gov and received no later than Friday, 08/16/2019 AT 9AM 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 (xvi) For information regarding the solicitation, please contact Justin Erdley at justin.erdley@va.gov; NO PHONE CALLS WILL BE ACCEPTED NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-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/PiVAMC646/36C24419Q1036/listing.html)
 
Place of Performance
Address: VA Pittsburgh Healthcare System (VAPHS);University Drive;Pittsburgh, PA;15240
Zip Code: 15240
Country: USA
 
Record
SN05398723-F 20190810/190808230059 (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.