Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
SOLICITATION NOTICE

65 -- 623 (ACT-THCC) SURGERY ENT SCOPE SYSTEM (VA-21-00068651)

Notice Date
7/9/2021 2:42:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0570
 
Response Due
7/13/2021 11:00:00 AM
 
Archive Date
09/11/2021
 
Point of Contact
Jonathan Saiz, Contract Specialist, Phone: 303-712-5781
 
E-Mail Address
Jonathan.Saiz@va.gov
(Jonathan.Saiz@va.gov)
 
Awardee
null
 
Description
Page 10 of 10 Request for Quote (RFQ) #: 36C25921Q0570 Tulsa Healthcare Center Karl Storz Rhino-Laryngoscopes 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 12:00pm MST, 07/12/2021 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 Jonathan.Saiz@va.gov no later than 12:00pm MST, 07/13/2021. 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 36C25921Q0570. 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) 2021-05 effective March 10, 2021. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 Employees. This solicitation is Brand Name for Karl Storz, utilizing Full and Open Competition. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 TP101-HN/TELEPACK +, CCU/LIGHT SOURCE/MONITOR The kit part number is composed of the following products: TP101 TELE PACK +, CCU/LIGHT SOURCE/MONITOR 1 EA ________ 0002 TH110-HN/IMAGE1 S HX, CAMERA HEAD, 1080P HD FOR IMAGE1 S X-LINK MODULE, HN The kit part number is composed of the following products: TH110 IMAGE1 S HX, CAMERA HEAD, 1080P HD FOR USE WITH IMAGE1 S X-LINK MODULE 1 EA __________ __________ 0003 TP002-HN/CAMERA HEAD/LIGHT CABLE HOLDER FOR TELE PACK + The kit part number is composed of the following products: TP002 CAMERA HEAD/LIGHT CABLE HOLDER FOR TELEPACK PLUS 1 EA __________ 0004 9700TPX-HN/ROLLING POLE STAND FOR TELE PACK X WITH SHELF, KEYBOARD TRAY, & BASKET The kit part number is composed of the following products: 9700TPX ROLLING POLE STAND FOR TELE PACK X WITH SHELF, KEYBOARD TRAY, & BASKET 1 EA __________ __________ 0005 9700SSH-HN/SINGLE SCOPE HOLDER FOR 9700TPX, 9805T, 9805T-20, 9805TF-20 The kit part number is composed of the following products: 9700SSH SINGLE SCOPE HOLDER FOR 9700TPX, 9805T, 9805T-20, 9805TF-20 1 EA __________ 0006 091330-06/CMOS VIDEO RHINO-LARYNGOSCOPE,3.5MMX30CM DEFL:140ºU/140ºD, 6/PKG, STERILE SGL USE 1 PAC __________ __________ 0007 495ND-ENT/LIGHT CABLE, 3.5MM X 300CM (9.8') The kit part number is composed of the following products: 495ND LIGHT CABLE, 3.5MM X 300CM (9.8') 1 EA __________ __________ 0008 11101HDK/HD VIDEO RHINO-LARYNGOSCOPE, 3.7MM X30CM DIR. VIEW 0,DEFLECTION 140º UP/DOWN 7 EA __________ __________ 0009 KSZ-39406AS-ZBD/SEALED CONTAINER SYSTEM FOR FLEXIBLE CMOS VIDEOENDOSCOPES The kit part number is composed of the following products: KSZ-39406AS CONTAINERS SYSTEM, FLEX CMOS VIDEOSCOPES DM: 23.5""L X 11""W X 4""H 7 EA __________ __________ 0010 7230AA/HOPKINS II 0º TELESCOPE, 4MM X 18CM AUTOCLAVABLE 3 EA __________ __________ 0011 7230BA/HOPKINS II 30º TELESCOPE, 4MM X 18CM AUTOCLAVABLE 2 EA __________ __ 0012 KSZ-39301AS-ZBD/CONTAINER SYSTEM FOR TWO TELESCOPES TO 4MM X 18CM, STEAM/STERRAD, 12""X6""X3"" The kit part number is composed of the following products: KSZ-39301AS CONTAINER, 2 RIGID SCOPES, 4MM X 18CM DM: 12""L X 6""W X 3""H 5 EA __________ __________ GRAND TOTAL __________ Description of Requirements for the items to be acquired (salient characteristics); Only quotes reflecting the items and part numbers in the List of Items above will be considered. Freight Shall be destination and added to the cost of quoted items. Quote shall include the expected lead time for delivery. STATEMENT OF WORK (SOW) Background: The Eastern Oklahoma Veterans Health Care System needs 1 HD Flexible Video Rhino-Laryngoscope System with 7 HD Video Rhino-Laryngoscopes, 3 Hopkins II 0º telescopes, 2 Hopkins II 30º telescopes and all necessary accessories for ENT Procedures that will be performed at new Tulsa Health Care Center (THCC) in Tulsa, OK. Description: The HD Flexible video rhino-laryngoscope from KARL STORZ will be used for early diagnosis and intervention when performing ENT procedures on the Specialty Clinic at THCC. The HD video rhino-laryngoscope system needs to provide: - HD image quality - Enhanced IMAGE1 S visualization technologies including CLARE and CHROMA (in conjunction with the IMAGE1 S camera system) The system will need to include: - 7 Each HD Video Rhino-Laryngoscope, direction of view 0°, angle of view 100°, working length 30cm, outer diameter 3.7mm, deflection up/down 140°/140° - 3 Each Hopkins II 0º telescope, 4mm x 18cm autoclavable - 2 Each Hopkins II 30º telescope, 4mm x 18cm autoclavable - 1 Package Sterile single use CMOS video rhino-laryngoscope, working length 30cm, outer diameter 3.5mm, deflection up/down 140°/140°, 6/pkg - 1 Each TELE PACK+ Video Unit, endoscopic video unit with 2 camera inputs for use with flexible Video endoscopes and one-chip camera heads. Includes LED light source, digital Image Processing Module with USB and network storage options as well as 18.5 FULL HD touch screen monitor. Also includes: Mains Cord, length 300cm. - 1 Each IMAGE1 S HX One-Chip FULL HD high-definition Camera Head 1080P HD for Image1 s x-link module - 1 Each Camera head/light cable holder for Tele Pack +. - 1 Each Rolling pole stand for Tele Pack x with shelf, keyboard tray, & basket - 1 Each Single scope holder for 9700tpx, 9805t, 9805t-20, 9805tf-20 - 1 Each light cable, 3.5mm x 300cm (9.8') - 7 Each sealed container system for Flexible CMOS video endoscopes 23.5""L X 11""W X 4""H - 5 Each container system for two telescopes 4mm x 18cm, steam/Sterrad, 12""L X 6""W X 3""H Delivery: No later than 7/30/2021 Warehouse: Tulsa Health Care Center 8921 S. Mingo Tulsa, OK 74133 END OF STATEMENT OF WORK Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Tulsa Health Care Center 8921 S. Mingo Tulsa, OK 74133 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. 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. 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 Price and Other Factors 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: 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 52.204-7 System for Award Management (OCT 2018) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 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 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) 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 Jonathan.Saiz@va.gov by 12:00pm MST, 07/13/2021. Name and email of the individual to contact for information regarding the solicitation: Jonathan Saiz Jonathan.Saiz@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f5cb6e40d0a245848ac9f2b12a5df9ef/view)
 
Place of Performance
Address: Tulsa Healthcare Center 8921 S. Mingo, Tulsa, OK 74133, USA
Zip Code: 74133
Country: USA
 
Record
SN06056890-F 20210711/210709230118 (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.