Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

65 -- TOPOGRAPHY SYSTEM ENDOFLIP 2.0 BRAND NAME OR EQUAL TO

Notice Date
7/31/2020 10:06:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0564
 
Response Due
8/18/2020 1:00:00 PM
 
Archive Date
08/23/2020
 
Point of Contact
Lindsey Zwaagstra, Contracting Specialist, Phone: lindsey.zwaagstra@va.gov
 
E-Mail Address
Lindsey.Zwaagstra@va.gov
(Lindsey.Zwaagstra@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25920Q0564 (Topography System, EndoFlip 2.0, Brand Name or Equal To) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, (08/13/2020) All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to (lindsey.zwaagstra@va.gov) no later than 4:00pm EST, (08/18/2020). Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is (36C25920Q0564). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is (334510) with a small business size standard of (1250 EMP). This solicitation is a 100% set-aside for (SDVOSB). List of Line Items; Endoflip System 2.0 Flip Topography Display Terminal Flip Topography Cart 110V Endoflip System 1.0 Flip Localization Kit US HD Image Box TEAC Unit EF-200 Endoflip 1 Year Service Plan Description of Requirements for the items to be acquired (salient characteristics); Operating Mode: Normal mode: Impedance planimetry measurements can be made and displayed, and the syringe pump can be controlled. Configuration mode is accessible from Normal mode if the syringe pump is inactive. Configuration mode: Patient information can be entered or device settings can be adjusted. Exiting Configuration mode returns the system to Normal mode. BaroStat mode: Allows a pre-defined sequence of up to 10 balloon distensions to be carried out. During each distension, patient feedback of discomfort level can be acquired from a standard keyboard connected to the rear of the unit (Note the keyboard should be connected prior to the procedure). The Patient Discomfort level is displayed and recorded by the Endoflip system, along with balloon dimensions, balloon volume, and balloon pressure when a catheter with pressure sensing is being used. New Patient Setting: Setting Description Patient ID Range: Any alphanumeric character available on the onscreen keyboard (up to 24 characters). Default setting: PATIENT1234 Patient name Range: Any alphanumeric character available on the onscreen keyboard (up to 26 characters). Default setting: ----- Patient sex Range: Male, Female Patient age Range: 0 to 100. Comments Range: Any alphanumeric character available on the onscreen keyboard (up to 235 characters). Physician name Range: Any alphanumeric character available on the onscreen keyboard (up to 26 characters). Displayed Data Normal Mode: Data Description Live image Measurement area graphic, with estimated balloon diameter (Dest) at up to 16 points in the balloon. Measurement length is catheter-dependent. Balloon pressure is displayed below the graphic if the catheter includes a pressure sensor. Saved image Measurement area graphic and time of day in HH:MM:SS format, with balloon pressure displayed below the graphic and volume of saline solution in balloon when image was saved above it. Saved images can also be labeled with a user-selected comment. Up to 200 images can be saved. Continuous live data For each patient, the system saves up to 8 hours of continuous live data starting from first pump movement, until a new patient is selected. Dest Estimated balloon diameter (Dest) at up to 16 points in the balloon, displayed in numeric and graphical form, using the assumption that the balloon is symmetrical about its longitudinal axis at that electrode pair position. Measurement length is catheter-dependent. Displayed at a resolution of 0.1mm (or 0.1Fr). Refer to catheter instructions for use for specific accuracy and range information. Note: --- indicates that a measurement is not available. Balloon pressure Displayed in numeric form below the measurement area graphic. Displayed at a resolution of 0.1mmHg. Refer to catheter instructions for use for specific measurement range and accuracy information. Note: --- indicates that a measurement is not available. Balloon volume Displayed at a resolution of 1ml with an accuracy of 1ml over a range 0 to 100ml. Syringe volume Displayed at a resolution of 1ml with an accuracy of 1ml over a range 0 to 100ml. Patient name Any alphanumeric character available on the onscreen keyboard. Default setting: ----- Patient ID Any alphanumeric character available on the onscreen keyboard. Default setting: PATIENT1234 Balloon Inflate Settings: Setting Description Balloon inflate rate Range: See catheter instructions for use. Resolution: 20 mL/min Balloon inflate volume Range: See catheter instructions for use. Resolution: 1 mL Alarm Settings: Setting Description Balloon pressure alarm setting Range: See catheter instructions for use. Resolution: 1 mmHg Alarm accuracy See Balloon Pressure Accuracy Date and Time Settings: Setting Description Hours Range: 1 to 24, 24-hour format Minutes Range: 0 to 59 Day Range: 1 to 31 Year Year Setting, YYYY format. Error log Stores time-stamped entries that identify error and device status at the time of occurrence. Display Size and type: 10¼-in. LCD touchscreen. Resolution: 800 x 600 pixels. VGA cable Maximum cable length: 3m (9.8 ft) Physical Endoflip System unit Dimensions: 324 mm H x 365 mm W x 311 mm D (12.8 in. H x 14.4 in. W x 12.2 in. D) Weight: 5 kg (11 lb) Operating and Storage Conditions: Operating conditions Temperature 20 to 40 °C Humidity 15 to 95% relative humidity (non-condensing) Atmospheric pressure 700 to 1060 hPa Storage conditions Temperature -20 to 50 °C (Endoflip unit) Humidity 10 to 95% relative humidity (non-condensing) Atmospheric pressure 500 to 1060 hPa Note: When not in use, store the Endoflip system in clean sanitized plastic bag Electrical Endoflip System operates on DC input from AC/DC power adapter (P/N EF-500), which operates on 90 264 VAC, 47 63 Hz, 80 VA rating. Technical Note The EF-500 Power Supply provides two means of operator protection. Earth continuity testing should not be performed on the connectors to the rear of the Endoflip system. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at (1700 N. Wheeling Street, Aurora, CO, 80045) 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (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. Offeror 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate equal products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to (lindsey.zwaagstra@va.gov) by 4:00pm EST, (08/18/2020). Name and email of the individual to contact for information regarding the solicitation: (Lindsey Zwaagstra) (lindsey.zwaagstra@va.gov)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9295bbe504b0473198803ff8d6afb5c7/view)
 
Place of Performance
Address: Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora 80045
Zip Code: 80045
 
Record
SN05741955-F 20200802/200731230148 (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  © 1994-2020, Loren Data Corp.