Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOLICITATION NOTICE

65 -- NYH Abbott Ensite X EP System

Notice Date
7/12/2021 1:03:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q1153
 
Response Due
7/19/2021 8:00:00 AM
 
Archive Date
07/24/2021
 
Point of Contact
Wilmen.Joa@va.gov, Wilmen Joa
 
E-Mail Address
wilmen.joa@va.gov
(wilmen.joa@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24221Q1153 Posted Date: 07/12/2021 Original Response Date: 07/19/2021 Current Response Date: 07/19/2021 Product or Service Code: 6525 Set Aside: Small Business Set-Aside NAICS Code: 334510 Contracting Office Address Department of Veterans Affairs, Manhattan Campus, 423 E 23rd Street, New York, NY 10010-5011. Description This is a combined synopsis/solicitation for 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; are being requested, and a written solicitation document will not be issued. This solicitation is a ""request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a business size standard of 1250 Employees. This procurement is being issued as Small Business Set-Aside. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a business size standard of 1250 Employees. All interested companies shall provide quotation(s), for the following: VA Department of Veterans Affairs, Manhattan Campus, 423 E 23rd Street, New York, NY 10010-5011, is seeking to purchase a Brand-Name Only NYH Ensite X EP System. Supplies NYH Ensite X EP System Item # Description/Part Number* Qty ENSITE-SYSTEM-01 ENSITE-SYSTEM-01, Ensite X EP System EnSite X EP System The EnSite X EP System is a catheter navigation and mapping system capable of displaying the 3-dimensional (3-D) position of conventional and Sensor-Enabled electrophysiology catheters, as well as displaying cardiac electrical activity as waveform traces and as dynamic 3-D isopotential maps of the cardiac chamber. The contoured surfaces of these 3-D maps are based on the anatomy of the patient s own cardiac chamber. Various software expansion modules and warranties are available. Indications for Use The EnSite X EP System is a suggested diagnostic tool in patients for whom electrophysiology studies have been indicated. The EnSite X EP System provides information about the electrical activity of the heart and displays catheter location during conventional electrophysiological (EP) procedures. Clinical Benefit The intended clinical benefit is to provide diagnostic information to the physician to aid in the treatment of arrhythmias. EnSite X Amplifier The EnSite X EP System Amplifier accepts signals from EnSite X SurfaceLink Module, EnSite X 20 pin and 80 pin Catheter Input Modules, the EnSite X Field Frame, and four (4) Patient Reference Sensors. The devices accept signals from catheters and electrodes attached to the patient and pass these signals to the EnSite X Amplifier. The EnSite X Amplifier converts these signals to a digital format and sends them to the DWS for processing and display. EnSite X EP System Field Frame. The Field Frame generates the magnetic tracking field during an EnSite X EP System procedure. EnSite X EP System SurfaceLink Module. Connects the EnSite X surface electrodes, system reference surface electrode, and ECG electrodes to the EnSite X Amplifier. EnSite X EP System Catheter Input Modules. 20 pin and 80 pin modules allow for connection of standard diagnostic catheters to the EnSite X Amplifier. Four (4) EnSite X EP System Patient Reference Sensors, one anterior (PRS-A) and three posterior (PRS-P) sensors with cables. EnSite X EP System ECG cable. Connects standard ECG electrodes to the EnSite X Amplifier. Medical Grade Isolation Transformer. When using the Amplifier Cart, the system components connected to line power through the isolation transformer. Only components on the Amplifier Cart should be connected to this isolation transformer. EnSite X Display Workstation (DWS) The DWS consists of the workstation (computer), monitors, medical grade isolation transformer, and optional printer: EnSite X EP System Workstation. The workstation contains the system software displaying data from the EnSite X Amplifier. Attached to the workstation are a keyboard and mouse for user input. Monitors. Monitors are used to display patient information. One monitor is placed near the workstation and keyboard for system operation. 1 *** VENDOR COVER SHIPPING / FREIGHT FEE *** Services Items to be delivered. The period of performance is 60 Days (ARO). Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms Destination. The contractor shall deliver all line items to IRM Service Attn: Don Hauser 14th Floor IRM Suite 423 East 23rd St. New York, NY 10010. Place of Performance-Delivery: Address: NYHHCS NY Campus Cardiology 12West 423 East 23rd St. New York, NY Postal Code: 10010 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name only NYH Ensite X EP System. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. 52.212-1, Instructions to Offerors -- Commercial Items. (Jun 2020) 2. 52.212-2, Evaluation--Commercial Items 3. ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) 4. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2021) 5. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 6. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2021) 7. 52.247-34 F.O.B. Destination (NOV 1991) 8. VAAR 852.211-70 Service Data Manuals (NOV 2018) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required. **Vendor shall be an OEM, 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 equipment/system shall be in accordance with the OEM terms and conditions**. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contract Specialist: Wilmen.Joa@va.gov. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records, or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Brand-Name or Equal 3 M PC Display Privacy Filter and DEFCON 3-in-1 Combo Cable Lock defined herein.  The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 07/19/2021 11 AM with a quote. You may email address listed below for Contract Specialist for any questions. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Point of Contact Wilmen Joa Email: Wilmen.Joa@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a84ff1700954b3b9ac74901ca2d12e0/view)
 
Place of Performance
Address: Department of Veterans Affairs NYH Manhattan Campus VAMC 423 E 23rd Street, New York,, NY 10010-5011, USA
Zip Code: 10010-5011
Country: USA
 
Record
SN06058371-F 20210714/210712230120 (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.