Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2019 FBO #6475
SOLICITATION NOTICE

65 -- Anesthesia Machines

Notice Date
8/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;3900 Woodland Ave;Philadelphia, PA 19104
 
ZIP Code
19104
 
Solicitation Number
36C24419Q1056
 
Response Due
8/21/2019
 
Archive Date
10/20/2019
 
Point of Contact
Louellen Butler
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Request for Quote (RFQ) for (4) four Drager Fabius GS Premium, Anesthesia Machines, BRAND NAME OR EQUAL (BNOE). This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 423450 has a small business size standard of 200. *Note: To be eligible to receive an award from this RFQ, vendors must be registered and certified in the VIP database. Statement of Need and Salient Characteristics STATEMENT OF NEED FOR ANESTHESIA MACHINES The Department of Veterans Affairs, Erie VA Medical Center, has a brand name or equal Drager Fabius GS Premium requirement for a replacement of (4) four Anesthesia Machines. Anesthesia machines are used to monitor patients during surgical procedures. They are used to induce and maintain a level of unconsciousness needed to perform surgery. They also have ventilators standard on the machine, these are used to breathe for paralyzed patients when needed. The machines also have suction capability, used to clear airways of secretions. They attach to hospital supplied gas lines and have the self-contained gas canisters as a failsafe. The Anesthesia providers are familiar with Draeger. Salient Features (Brand Name or Equal): The Erie VA has a requirement for four (4 EA) Brand Name or Equal to the Drager Fabius GS Premium Anesthesia Machines. The anesthesia machine must be approved by the Federal Food and Drug Administration (FDA). The Anesthesia machine must have an electrically driven ventilator that allows more precise inhalation volumes. The Anesthesia machine must have a mechanical pressure gauge for airway pressure as well as a mechanical indicator for total fresh gas flow. This indicates a more accurate pressure and flow read out than digital. The Anesthesia machine must have a pull up APL valve to release breathing system pressure. To eliminate accidental valve engagement. The Anesthesia machine must be capable or returning gas sampled for analysis back to the breathing system. Reducing the amount of Waste Anesthesia Gas. The Anesthesia machine must have a heated breathing system specifically designed to prevent moisture accumulation. This reduces the risk of airway complications. The anesthesia machine must include gas hoses (at least 15-foot) and adapters for oxygen (O2), Nitrous Oxide (N2O), Medical Air, Vacuum, Waste Anesthetic Gas Disposal (WAGD) and E-cylinder Diameter Index Safety System (DISS). In the event of a main power failure, the Anesthesia Machine must have a battery backup that will support operation for a minimum of 30 minutes. The anesthesia machine will have a safety mechanism that prevents dosing more than one agent at a time. The anesthesia machine vaporizers must deliver the following anesthetic agents: Desflurane, and Sevoflurane. It must be impossible to deactivate the Oxygen (FiO2) alarms. The anesthesia machine will make possible manual and automatic ventilation as well as spontaneous breathing with or without pressure support. The anesthesia machine can deliver a tidal volume up to at least 1,400 mL to the patient. The unit shall be able to provide both volume-controlled ventilation (with compliance compensation) and pressure-controlled ventilation. The anesthesia machine will have a display rotary knob to facilitate fast, accurate adjustments to parameters and alarm settings. The anesthesia machine will offer a user interface that is consistent across the vendor's currently sold anesthesia machine portfolio. The alarm structure on the anesthesia machine will be hierarchical with each alarm falling into one of three categories: high priority, medium priority, and low priority. Each priority level must have a distinct audible and visual indication. It shall not be possible to silence any unresolved alarm for more than 2 minutes on the anesthesia machine. The anesthesia machine is equipped with a clearly labeled and color-coded O2+ Flush capable of delivering an O2 flow of at least 35 L/min to the breathing system. The anesthesia machine can be equipped with a non-tinted disposable CO2 absorbent canister which that can be changed intraoperatively without creating a leak in the breathing system. Anesthesia machine shall be capable of monitoring at least the following: Tidal Volume, Airway Pressure, Breath Rate, Positive End-Expiratory Pressure (PEEP), and O2 concentration. Offers GCX-style rails to support mounting patient monitors and IT solutions. Anesthesia machine must promote patient safety during an electrical failure, which includes (1) power outage/brown out, (2) battery failure, (3) power supply failure, or (4) circuit board failure. The clinician must be able to continue to deliver (1) all fresh gases (O2, N2O, and Air), (2) agent, and (3) ventilation via the bag in the event any of these occur. Vendor will provide trade-in credit for Erie VA current Anesthesia Units. General Electric; AESTIVA/5 7900 General Electric; AESTIVA/5 7900 General Electric; AESPIRE 7100 General Electric; AESPIRE 7100 Training and Installation: The vendor will offer free online eTrainers with which allows users to familiarize themselves with the anesthesia machines. The vendor will provide Clinical training for Anesthesia staff. *In facility installation and training will be provided by vendor and will be coordinated with Surgical & Specialty Clinics supervisor and the anesthesia department. SECURITY & PRIVACY CONTROL: Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: Erie VA Medical Center Attn: Distribution Center 135 E. 38th Street Erie, PA 16504-1559 Monday Friday from 8:00am 4:00pm (iv) Contract Line Items (CLIN): ITEM INFORMATION Line Item Description Qty Unit Price Total Price 0001 Fabius GS Premium Drager part no. 8607000 4 EA 0002 Main Device Fabius GS Premium #OPC5612 4 EA 0003 3 Gas, Flow Metering 02, AIR, N20 #OPC5190 4 EA 0004 3 Gas Inlet 3 Connector DISS - #OPC5005 4 EA 0005 Double Vapor Mount Auto Excl. #OPC5352 4 EA ********** Connections **************** 0006 PIN Index 02-AIR-N20 #OPC5376 Central Gas supply hoses 4 EA 0007 2ND RS232 Port COM2 - #OPC5236 4 EA *******Ventilator & Display************ Software Option in Package 0008 PCV + PS OPC5090 Option Package: Pressure Control Ventilation + Pressure Support (PCV+PS) 4 EA 0009 Color Screen OPC5613 4 EA 0010 Cosy 2.6 with Heating - #OPC5359 4 EA 0011 Cosy cover /ramming protection #8607111 4 EA 0012 COSY arm, length 200mm, left - #OPC5237 EA 0013 Moisture reduction kit, left - #OPC5220 Moisture reduction kit with water trap: - for compact breathing system (COSY) - mounted on the left-hand side of the device 4 EA 0014 Flexible breathing bag arm #8605088 Flexible arm for connecting the manual breathing bag 4 EA 0015 Mech. Airway pressure Guage Ki #OPC5560 4 EA 0016 Pressure Port Guards - #8608016 4 EA ***REQUIRED ACCESSORIES******* Spirolog, 5 pcs. 0017 CLIC adapter MX50090 For using the CLIC absorber on the anesthesia workstation 4 EA 0018 AGSS - #M33300- Anesthetic gas receiving system for scavenging excess gas from anesthesia workstations. 4 EA 0019 AGSS Transfer hose, 1m Connection hose between AGS and device - #M33295 4 0020 GCX Mount.Bracket for AGS - #4117515 4 EA ***Endotracheal Suction********** 0021 Kit vacuum suction mount - #4118454 Endotracheal suction unit for anesthesia is used to extract secretion from the airways of ventilated patients. DISS connector, VAC-driven 4 EA ****02 Therapy************* 0022 EXTERNAL 02 FLOW TUBE US #OPC5020 4 EA ****HARDWARE COMPONENTS*** 0023 Halogen Lamp Ul -#8604122 4 EA 0024 Halogen Lamp Holder -#8607019 4 EA 0025 Add. Pull out Writing Tray #OPC5022 4 EA 0026 Set of 2 handles, Rail Mounted #8607596 4 EA ****WORKSTATION SETUP**** 4 EA 0027 With Covers f. left mount Cosy #OPC5023 4 EA ***SELECTION CS HOSES***** 4 EA 0028 WITH 02, N20, AIR, VAC, EVAC, DISS/CGAV-5/NIPPLE + NUT, CS SYSTEM FOR BENNETT PLUG - #OPC5023 4 EA 0029 ADAPTER 02 DISS PUR BENNETT #4119078 4 EA 0030 Adapter N20 DISS PUR BENNETT #4119075 4 EA 0031 Adapter AIR DISS- Pur Bennett #4119076 4 EA 0032 Adapter VAC DISS Purr Bennett 34119077 4 EA 0033 Adapter ENAC DISS Pur Bennett #4119079 Length of CS hoses 15 FT 4 EA 0034 02 CS Hose 15 Ft DISSN/DISSN #4185141 4 EA 0035 N20 CS Hose 15 Ft DISSN/DISSN #4185143 4 EA 0036 AIR CS Hose 15 ft DISSN/DISSN #4199604 4 EA 0037 VAC CS Hose 15 ft DISSN/DISSN #4199601 4 EA 0038 EVAC CS Hose DISSN/DISSN 15 FT #4199598 4 EA 0039 KIT POWER OUTLET STRIP - #8607840 NEMA 5-15R Hospital Grade 8 EA ********EQUIPMENT SELECTION***** 0040 WITH Conversion Kit GCX Rail - #8606259 8 EA 0041 Power Strip JP/USA/CAN - #G92558 8 EA 0042 Hose Set Retrofit Kit w/integrated bacteria filter #M32692 4 EA 0043 Kit ramming Protection (Cosy 2.6) - #8607218 4 EA 0044 CLIC Absorber 800+ #MX00004 24 EA 0045 Cast rGard, Small (Set of 4) #M36049 4 EA 0046 Vapor 2000 M35054 1 EA *** SELECTION OF VAPOR ****** 0047 Sevoflurane #OPC0096 1 EA 0048 Plug-In Adapter Auto Exclusion filling System Drager - #OPC5417- Drager Standard 1 EA *****ACCESSORIES FOR VAPOR**** 0049 Filling adapt. Drager Fill Serv. #M36120 1 EA 0050 3RD Party Hardware - #1979206 4 EA P/N Q102051B PERCISION MEDICAL AIR/02 BLENDER KIT 4 EA P/N DR-0021-23 GCX AIR/02 BLENDER MOUNT FOR FABIUS 1 EA 0051 CLINICAL APPLICATION SUPP ANESTHESIA.8HSEGM - #1979570 5 EA TOTAL AWARD (v) Services Vendor shall furnish all items listed in the above schedule and complete any necessary installation. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery of the order shall be FOB destination. The order shall be sent to the attention of Tony Cuzzola, Surgical & Specialty. The contractor shall deliver line items (1-50) to the Erie VA Medical Center, 135 East 38th Street, Erie, PA 16504-1559. Place of Performance: Erie VA Medical Center 135 East 38th Street Erie, PA Postal Code: 16504-1559 Country: UNITED STATES Offerors are requested to quote Firm Fixed Price for all the line items on the Schedule of Supplies (vi) BRAND NAME OR EQUAL PRODUCTS In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ___________________________________________________________. Brand: _______________________________________________________________________ Model No.: ____________________________________________________________________ (vii) 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: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) (viii) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS 1. Instructions. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Provide the following with submission: To be eligible for award, the quoter must be a Service Disabled Veteran Owned Small Business - See block #10 Solicitation Questions: will be accepted up until 12 noon on August 21rd 2019. All questions and answers will be published to SWEP thru an amendment to the solicitation. Questions must be submitted in writing via email to Andrew Taylor at andrew.taylor3@va.gov Include the signed SF 1449, Solicitation/Contract/Order for Commercial Items, on which should have Blocks 12, 17a, 17b, 30a, 30b, and 30c; completed Provide pricing for all contract line items entered on the Schedule provided with the solicitation and/or with the solicitation. Quoters shall provide a narrative capability statement verifying ability to execute the requirements of the schedule or an authorized distributor letter. Past Performance: The Past Performance Information Retrieval System (PPIRS) will be used but if a contractor has limited past performance in the government portal PPIRS a contractor may submit up to three (3) past performance references, including both the customer point of contact information and details of the work performed. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work. Receipt of Quotes: All quotes shall be submitted on or before the offer due date shown on page 1 of the Standard Form 1449; in Block 8. The subject line is to have the RFQ# included: 36C24419Q1056. The apparent awardee past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1 Past performance information shall be obtained from any sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. Evaluation Lowest Priced Quote Price: The government shall evaluate quoters prices, and then evaluate the apparent lowest-priced quote for acceptability. If the lowest-price quoter was evaluated as unacceptable, the agency shall then consider the acceptability of the next lowest-price quoter, continuing this process as necessary. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (ix) 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: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Inspection (Jan 2008) (x) Additional conditions: All responses must include verification that each specification outlined in Section (iii) is met and provide authorized distributor documentation of products offered. (xi) Quote Submission Instructions: Quotes shall be sent electronically via email to Louellen.Butler@va.gov. All quotes are due by Noon on August 21, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All Offerors shall submit the following: One (1) electronic copy of the quote. Quote should include pricing for each line item, total cost, and number of days for delivery. Point of Contact Louellen Butler, Contract Specialist Louellen.Butler@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-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/PiVAMC646/36C24419Q1056/listing.html)
 
Place of Performance
Address: Erie VA Medical Center;135 East 38th Street;Erie, PA
Zip Code: 16504-1559
Country: USA
 
Record
SN05405080-F 20190816/190814230050 (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.