Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

65 -- Plethysmograph with RTD

Notice Date
12/6/2019 7:49:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0125
 
Response Due
12/16/2019 8:59:59 PM
 
Archive Date
03/24/2020
 
Point of Contact
Darius Crane
 
E-Mail Address
darius.crane@va.gov
(darius.crane@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Solicitation Number: 36C24720Q0125Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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.(ii) The solicitation number is 36C24720Q0125 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011.�� Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees. (v) This requirement consists of the following Brand Name or Equal item(s): ITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT0001Platinum Elite DX Body Plethysmograph with RTDLOCAL STOCK NUMBER: 83008-902726 Liter Plethysmograph Chamber with Spirometry, Thoracic Gas Volumes, Airways Resistance, Nitrogen Washout & Real Time Diffusion Capacity Includes: BreezeSuite Software,Windows 10 Pro All-in-One Computer, 3L Syringe, Startup Kit, Regulators for O2, DLCO & Calibration Gas, & One E Cylinder of Calibration Gas **Customer Must Provide H/K Tanks of O2 & DLCO Gas** 1.00EA____________________________________0002Environment MonitorLOCAL STOCK NUMBER: 800235-001Includes: Environment Monitor (temp, humidity and pressure) & Interface Cable1.00EA____________________________________0003Inkjet Printer LOCAL STOCK NUMBER: 800242-0011.00EA____________________________________0004Bronchial Provocation Software Option for Platinum Elite LOCAL STOCK NUMBER: 147612-3111.00EA____________________________________0005Pulmonary Consult Software Option for Platinum Elite LOCAL STOCK NUMBER: 147612-3091.00EA____________________________________0006Query Database Software Option for Platinum Elite LOCAL STOCK NUMBER: 147612-3081.00EA____________________________________0007MultiUser Software Option for Platinum Elite LOCAL STOCK NUMBER: 147612-3121.00EA____________________________________0008Two Day Onsite Operator Training (up to 4 People) LOCAL STOCK NUMBER: 900003-0051.00EA____________________________________0009Service Manual CD for Platinum Elite LOCAL STOCK NUMBER: 142212-0011.00EA____________________________________GRAND TOTAL__________________Salient Characteristics PLATINUM ELITE MODULE Height: 69.5 in (176.5 cm) Circumference: 113 in (287 cm) Diameter (door closed) 37 in (94 cm) System weight: 350 lbs (158 kgs) Internal volume: 726 L Construction: Aluminum/acrylic Arm adjustments Vertical extension: 20 in (51 cm) Horizontal extension: 14 in (35.5 cm) PREVENT FLOW SENSOR SPECS Bidirectional Pitot tube flow sensor Range: �18 L/s Accuracy: �3% or 50 mL, whichever is greater (meets or exceeds ATS/ERS clinical performance standards) Resistance: <1.5 cm H20 @ 14 L/s Dead space: 39 mL POWER REQUIREMENTS 100-240 V/50-60 Hz O2 ANALYSIS (MODEL DX) Type: Galvanic Range: 0-100% DIFFUSION ANALYSIS: RTD MULTIGAS TECHNOLOGY (MODELS DL, DX) Analysis time: <1 sec Range for CO and CH4: 0-0.35% Accuracy for CO and CH4: 0.003% Linearity: <1% full scale Resolution for CO and CH4: � 0.0005% GAS SAMPLE Proprietary gas-drying sample circuit GAS REQUIREMENTS MODELS WITH RTD MULTIGAS TECHNOLOGY Calibration gas (6-8 psi): 5% CO2, 12% O2, bal N2 DLCO mix (135 psi): 0.3% CO, 0.3% CH4, 21% O2, bal N2 100% O2 (135 psi) - DX model only ALL MODELS REQUIRE GAS TO SEAL THE DOOR Air (30-135 psi) or DLCO mix (135 psi)������New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation.� *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. (vi)�The items for this solicitation are to be delivered to: �������������� DELIVER TO: DEPARTMENT OF VETERANS AFFAIRS RHJVAMC WAREHOUSE 3130 PACIFIC STREET, NORTH CHARLESTON SC 29403(vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering;� VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources(viii) 52.212-2,�Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.� Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.� Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services.� Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.� If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov� (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44(xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place ATTENTION: PLETHYSMOGRAPH 36C24720Q0125 in the subject line of your email. The solicitation number must be identified on all submitted questions. �(xvi) Site Visit:� N/A(xviii) QUOTES/OFFERS ARE DUE must be received no later than 10:00am December 16, 2019. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov.� Please place ATTENTION: PLETHYSMOGRAPH 36C24720Q0125 in the subject line of your email. All offers must include the solicitation number.� Quotes/offers received after this date may not be considered for award. �(xvii)� Contact informationContracting Office Address: Network Contracting Office 7-SAO EASTDepartment of Veterans Affairs325 Folly Road, Ste 300Charleston, SC 29412Primary Point of Contact: Darius CraneContract Specialistdarius.crane@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53705eb167a24d1eb0ae93628248f3b1/view)
 
Place of Performance
Address: Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston, SC 29401, USA
Zip Code: 29401
Country: USA
 
Record
SN05511292-F 20191208/191206230252 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.