Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2021 SAM #7057
SOLICITATION NOTICE

65 -- NX EQ Fluid/Blood Warming Units (VA-20-00028751)

Notice Date
3/24/2021 12:53:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G20Q0062
 
Response Due
4/30/2021 9:00:00 AM
 
Archive Date
05/30/2021
 
Point of Contact
LaSheena Christian, Contract Specialist, Phone: (202) 701-5592
 
E-Mail Address
LaSheena.Christian@va.gov
(LaSheena.Christian@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 Solicitation Number: 36C10G20Q0062 Notice Type: Combined Synopsis/Solicitation Synopsis: Combined Synopsis/Solicitation/ Full and Open Competition This is a combined synopsis/solicitation for 3M Ranger or equal Blood/fluid Warmers commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Solicitation number 36C10G20Q0062 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-04 effective January 19, 2021. Requirement Description: In order to ensure we are able to continue to provide Veterans with the benefits and care they have earned through their selfless service, the Department of Veterans Affairs (VA) is changing the way we do business. Specifically, we are improving the management of our supply chain to aggregate demand and facilitate ease of ordering in the field. Throughout VA, we are moving from local contracting to national contracting whenever feasible. Simplified ordering processes will drive volume towards suppliers with national contracts. Simultaneously, greater cost transparency throughout the VA will allow clinicians and VA leaders to select medical equipment that optimizes Veteran outcomes at the lowest cost. For our suppliers, we anticipate that these changes will ease the process of doing business with the VA and drive down our suppliers costs. We welcome opportunities to work closely with suppliers to further reduce costs. In return, we expect that suppliers will offer the VA value commensurate with VA s status as the largest integrated healthcare provider in the United States. Specifically, VA expects that it will receive the most favorable prices, warranties, conditions, benefits, and terms for the same product as those given by the supplier to any provider in the country. We expect that VA s large volumes will increasingly be directed toward those suppliers best able to offer value to the VA. VA looks forward to collaborating with its suppliers to further drive down costs in order to deliver optimal value to our Veterans. The VA has a requirement to purchase 3M Ranger or equal Blood/fluid Warmers and related equipment to deliver patient care at its VA medical facilities throughout the United States. 3M Ranger or equal Blood/fluid Warmers are designed for in-line heating of banked blood and blood products to near body temperature (e.g., 95 to 98.6 degrees Fahrenheit) before infusion. These units usually include a disposable bag or coil of tubing and a heat exchanger (e.g., dry heat, radio-frequency, circulating fluid, water bath); some units include temperature controls and/or alarms. The proposed acquisition is for a Requirements Contract with Firm-Fixed-Price (FFP) orders IAW FAR 16.503, Requirements Contract. The type of 3M Ranger or equal Blood/fluid Warmers required for this program has been identified as most advantageous to the Government to be incorporated into a national Requirements Contract. The salient characteristics (SC) for these commercial items are identified in the 3M Ranger or equal Blood/fluid Warmers product description. A Firm-Fixed-Price Requirements contract will be awarded in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the vendor s best terms for cost/price and technical capabilities of the 3M Ranger or equal Blood/fluid Warmers and related equipment. The government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies. The associated size standard is 1000 employees. This procurement action is solicited as full and open competition. This procurement is in accordance with FAR clause 52.211-6, Brand Name or Equal which requires that the vendor indicate each product that is being offered as an equal product. In accordance with FAR Part 13.106-2, the Government will perform an evaluation in an impartial manner using a comparative analysis of the quotes received. The Government intends to compare quotes to one another to select the product that is best suited to fulfill the requirement for 3M Ranger or equal Blood/fluid Warmer as identified in Attachment A, Cost/Price Schedule. The VA is looking to establish a one-year contract with two 12-month option periods. All interested vendors shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment A, Cost/Price Schedule which includes the option years. Delivery is FOB destination and requires delivery to VA medical facilities throughout the United States. Firm-Fixed-Price Orders will be placed against this contract in writing and will provide the exact delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria in the attached addenda also applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Vendor that provides a technically acceptable quote that conforms to the solicitation and which is determined to be the most beneficial (i.e., best value) to the government, considering technical capability, and price. Vendors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if not available in SAM All interested vendors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition and found on Attachment C, Contract Clauses. All questions should be submitted no later than (TBD)April 14, 2021 12:00PM EST Quotes are due (TBD) April 30, 2021 at 12:00PM EST to Lasheena Christian at lasheena.christian@va.gov. SECTION B - CONTRACT ADMINISTRATION / INVOICE INSTRUCTIONS B.1.1 CONTRACT ADMINISTRATION: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: TBD b. GOVERNMENT: Contracting Officer - TBD Contract Specialist - TBD Program Manager - TBD Contracting Officer Representative - TBD B.1.2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the Contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System for Award Management B.1.3. INVOICES: Payments shall be made monthly in arrears upon receipt of a properly prepared receipt. The Vendor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Request. Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com VA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp B.1.4 TERMS AND CONDITIONS The Government is obligated only to the extent of authorized purchases actually made under the contract. The terms and conditions included in this contract apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this contract and the Vendor s invoice, the provisions of this contract will take precedence. Purchase/Ordering Limitation: Orders placed against this contract are limited to FAR Clause 52.216-19 Order Limitations, as noted in the contract. The estimated total quantities are listed on Attachment A, Price/Cost Schedule. The quantities listed are estimates only, and VA makes no guarantee regarding the actual quantities that may be purchased. Individuals Authorized to Purchase Under the Contract: This is a Strategic Acquisition Center decentralized contract. Orders may be placed only by the Contracting Officer (CO) and designated VA Ordering Officers (OOs) for each facility with prior approval from the program manager or COR. The designated OOs are added after award; the CO will furnish the vendor with the names of individuals authorized as OOs upon ordering officer appointment. OOs are responsible for issuing and administering orders placed under this contract. OOs may revise or modify their orders, but only within the scope of this contract. OOs have no authority to modify any term of this basic contract. Any deviation from the terms of the basic contract must be approved in writing by the CO responsible for this contract. The Vendor shall accept orders against this contract only from the CO and/or authorized OOs. Fulfilling orders from persons other than the CO or OO may result in loss or delay in payment for supplies/services provided under such orders. Delivery Tickets: The following provisions apply to all shipments: Inspection: Destination Acceptance: Destination Shipping: Free on Board (FOB) Destination Delivery: TBD Ship to and Mark For: Deliveries shall be marked and shipped to various VHA locations identified in each order placed against the contract. All shipments, either single or multiple container deliveries, shall bear and contain on the delivery tickets or sales slips (external shipping labels and associated manifests or packing lists) the following at a minimum: (i) Name of supplier (ii) Contract/Delivery Order number (iii) Date of purchase (iv) Contract number (v) Itemized list of supplies or services furnished (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided the invoice is itemized to show this information). (vii) Date of shipment In the case of multiple container deliveries, a statement readable near the VA Order number will indicate total number of containers for the complete shipment (ex. Pkg 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall include the following: IFCAP PO # ____________ (i.e., 166-E11234) Total number of Containers: Package ___ of ___. (i.e., Package 1 of 3) Reports: The Contractor agrees to provide on a monthly basis, to the POC s identified in B.1.b above, one electronic version of the Sales Report. This report should also be submitted to Pay.gov on a quarterly basis. The Sales Report shall contain information on all the Blood Fluid Warming Units ordered under this contract. The format for this report is provided in Attachment D, Sales Reporting Tool. The quarterly report is due within 60 calendar days after the close of each calendar quarter (January 1 March 31, April 1 June 30, July 1 September 30, and October 1 December 31). *The report submitted monthly is due within 5 calendar days after the end of each month. See attached document: Attachment A - Cost Price Schedule. See attached document: Attachment B - Min Salient Characteristics Product Description. See attached document: Attachment C - Contract Clauses. See attached document: Attachment D - Sales Reporting Tool.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7bfb4c590556428abb180a7e493dc469/view)
 
Record
SN05952511-F 20210326/210324230118 (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.