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 -- Hardware / software updates to existing Laerdal Simulation Equipment

Notice Date
7/12/2021 8:18:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q1145
 
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: 36C24221Q1145 Posted Date: 07/12/2021 Original Response Date: 07/19/2021 Current Response Date: 07/19/2021 Product or Service Code: 6515 Set Aside: Small Business set-aside NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs James J. Peters VAMC (Bronx VAMC), 130 W Kingsbridge Rd, Bronx, NY 10468-3904. 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 339112, with a business size standard of 1000 Employees. This procurement is being issued as sole source . 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 339112, surgical and medical instrument manufacturing, with a business size standard of 1000 employees. All interested companies shall provide quotation(s), for the following: VA Department of Veterans Affairs Montrose Campus FDR (Hudson Valley), 2094 Albany Post Road, Montrose, NY 10548-1454, is seeking to purchase a Brand-Name Only Laerdal Simulation Equipment and accessories. Supplies Laerdal Simulation Equipment and Accessories 235-03350 SimMan ALS LiveShock Light Manikin and Accessories Includes SimMan ALS Live Shock Manikin, SimPad PLUS link box, Li-Ion Battery, Consumables, Clothing, Soft Sided Carry Cases, 1 Year Manufacturer's Warranty. (1 EA) 204-30101 SimPad PLUS Only (US) SimPad PLUS Only (Hand Held Remote) 204-50150 LLEAP for SimPad PLUS software license required for operation. (1 EA) 20450150 LLEAP for SimPad PLUS Includes: License Key providing access to Manual Mode, Automatic Mode, and Log Viewer Application (1 EA) SimPad PLUS Protection Plan Replacement SimPad PLUS remote in the event of nonimmersion in water, breakage due to drops). The plan allows for 1 instance of free remote replacement during a one (1) year period and does not cover instances of theft/loss. TERM OF 24 MONTHS (1 EA) Tablet For use as an Instructor Computer with LLEAP software, or a LLEAP, SimPad or SimPad Plus Patient Monitor (1 EA) SHOCKLINK SYSTEM (1 EA) SimMan ALS Course Getting Started 1 day on customer site for up to 8 participants. Course gives participants knowledge of the simulator and Instructor device operations, operating modes, and system features. Hands-on activities familiarize faculty with simulator and its applications (1 EA) 8) Teaching with SimPad Course 1 day training on customer site for up to 8 participants. Builds on the Getting Started Course, and gives the participants in-depth knowledge of the Learner App software features using SimPad, Pat Monitor and Session Viewer/SimView Mobile SW (1 EA) Installation SimMan ALS If ValuePlus Program is not purchased. (1 EA) SimMan ALS Loaner Program Includes shipment of loaner (request prior to 3:00pm EST), trans case for return to Serv Ctr, Pre-paid GND for return to Serv Ctr/Cust Facility and return of loaner to Serv Ctr, expense to inspect/clean loaner. (1 BD) SimMan ALS Extended Warranty Extended warranty includes materials, manufacturing or workmanship issues, return to bench service only, packaging materials for return to Laerdal, shipping costs for repairs (Ground freight from/to customer's facility) TERM 48 MONTHS (1 EA) Preventative Maintenance Multi-Year SimMan ALS Includes 1 service per year of coverage, full refurb/ replacement of consumables, some bladders, pad sets, refurb of IV arm skin/veins, inspect compr/lbox, upgrade SW, cleaning, final inspection, documentation of findings/ recommendations. TERM 48 MONTHS (1 EA) Nursing Anne Simulator Includes Full Body Manikin with articulating arms and legs. Includes Brunette Wig, Brown Pupil Set, Ostomy Set, Blood Pressure Cuff, Manikin Lubricant Spray, Simulated Blood, Adult Gown and Quick set up guide. (1 EA) SimPad PLUS Only (US) SimPad PLUS Only (Hand Held Remote) 204-50150 LLEAP for SimPad PLUS software license required for operation (1 EA) LLEAP for SimPad PLUS Includes: License Key providing access to Manual Mode, Automatic Mode, and Log Viewer Application. (1 EA) SimPad PLUS Protection Plan Replacement SimPad PLUS remote in the event of nonimmersion in water, breakage due to drops). The plan allows for 1 instance of free remote replacement during a one (1) year period and does not cover instances of theft/loss. TERM 24 MONTHS (1 EA) All In One Panel PC For use as an Instructor Computer with LLEAP software, or a LLEAP, SimPad or SimPad Plus Patient Monito (1 EA) Nursing Anne Simulator Course Getting Started 1 day educational session with a Laerdal Representative at the customer site for up to 8 participants. The course gives participants fundamental knowledge of the simulator and Instructor device operations, operating modes, and system features. Hands-on activities familiarize faculty with the simulator and its applications for learners. (1 EA) Nursing Anne Simulator Installation If ValuePlus Program is not purchased. (1 EA) Nursing Anne Simulator Loaner Program 1 Year Program. Includes shipment of loaner (request prior to 3:00pm EST), transport case for return to Service Center, Pre-paid ground for return to Service Center/ Customer Facility and return of loaner to Service Center, expense to inspect/clean loaner. (1 BD) Nursing Anne Simulator Extended Warranty Extended warranty includes materials, manufacturing or workmanship issues, return to bench service only, packaging materials for return to Laerdal, shipping costs for repairs (Ground freight from/to customer's facility). TERM 48 MONTHS (1 EA) Preventative Maintenance Multi-Year Nursing Anne Simulator Includes 1 service per year of coverage, full refurb/ replacement of consumables, some bladders, pad sets, refurb of IV arm skin/veins, inspect compr/lbox, upgrade SW, cleaning, final inspection, documentation of findings/ recommendations. (1 EA) MegaCode Kelly Advanced (L) Includes Manikin (SimPad Capable), 6 Neck Skins, 1 roll of Criothyroid Membrane Tape, Airway Lubricant, Jacket, Pants, Carry Case, 6 Chest Tube Modules, BP Cuff and Directions for Use (2 EA) SimPad PLUS System (US) Includes SimPad PLUS Remote Control, SimPad PLUS Link Box, AC Adapter, Battery, Headset & Microphone, Wrist Strap, Manikin Strap, Ethernet Cable, Protective Sleeve, and USB Cable. 204-50150 LLEAP for SimPad PLUS software license required for operation (2 EA) LLEAP for SimPad PLUS Includes: License Key providing access to Manual Mode, Automatic Mode, and Log Viewer Application. ( 2 EA) SimPad PLUS Protection Plan Replacement SimPad PLUS remote in the event of nonimmersion in water, breakage due to drops). The plan allows for 1 instance of free remote replacement during a one (1) year period and does not cover instances of theft/loss.TERM 24 MONTHS (2 EA) MegaCode Kelly Installation (2 EA) Teaching with SimPad Course 1 day training on customer site for up to 8 participants. Builds on the Getting Started Course, and gives the participants in-depth knowledge of the Learner App software features using SimPad, Pat Monitor and Session Viewer/SimView Mobile SW (1 EA) Crash Kelly Includes Manikin, Airway Lubricant, Assembly Tool Kit and Directions for Use Bleeding Trauma Modules (L) Set of 4 (2 EA) Chester Chest Advanced Arm Y-Set, 3-way Parallel TubingChester Chest Blood BagBLOOD RSV BAG, ARM CHESTER CHEST Clear Tubing Replacement Body Velcro Replacement PICC Line Catheter, Luman TripleDifficult Accessing Insert, Wandering (L)Difficult Accessing Insert, Tipping (L) Difficult Accessing Insert, Deep (L) Port, Generic (IVAD) Peripheral Arm Port (2 EA) Laerdal - SonoSim Procedure Trainer Must also purchase 400-10201Laptop For use with LLEAP, Ultrasound, or as a Patient Monitor (1 EA) Tablet For use as an Instructor Computer with LLEAP software, or a LLEAP, SimPad or SimPad Plus Patient Monitor (4 EA) Delivery (1 EA) *** VENDOR COVER SHIPPING / FREIGHT FEE *** Services Items to be delivered. The delivery/task order 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 Montrose Campus FDR (Hudson Valley), 2094 Albany Post Road, Montrose, NY 10548-1454. STATEMENT OF WORK A. GENERAL INFORMATION 1. Title of Project: VA Hudson Valley HCS Simulation Center 2. Scope of Work: This procurement is an add-on to purchase Laerdal Simulation Equipment and accessories to upgrade the current simulation equipment for the Montrose VAMC Simulation Laboratory service. Montrose VAMC is currently using Laerdal simulation equipment that has reached the point that needs to be upgraded to support our mission and serve our veterans better. The company will deliver Hardware and software updates to VA Hudson Valley s current simulation equipment. The hardware and software are needed as an add-on to update the current simulation system. The equipment must be programable and able to run simulation scenarios consistent with the current standards of care, adult education, and simulation science. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. QTY Product Description 4 400-09201 Tablet Instructor Computer 2 200-05050 MegaCode Kelly Advanced 2 204-30001 SimPad Plus System 2 204-50150 LLEAP for SimPad PLUS 2 204-30001PP SimPad PLUS 2 yr Protection Plan 2 200-83050 MegaCode Kelly Installation 1 210-EDSSP400 Teaching with SimPad 1-day training for 8 participants 1 310-00050 Laerdal SonoSim Procedure Trainer 1 400-10201 Laptop for ultrasound 1 320-05050 Nursing Anne Simulator 1 204-30101 SimPad PLUS 1 204-50150 LLEEAP for SimPad PLUS 1 204-30001PP SimPad PLUS 2yr protection plan 1 400-29301 All in One Panel PC 1 320-EDGS100 Nursing Anne Simulator Course 1day 8 participants 1 320-83050 Nursing Anne Simulator Installation 1 320-00001LNR Nursing Anne Simulator Loaner Program 60 months 1 320-00050EXW1 Nursing Anne Simulator Extended Warranty 48 months 4 320-00050PMC Nursing Anne Simulator Preventative Maintenance On-site 1 235-03350 SimMan ALS LiveShock Light Manikin and Accessories 1 204-30101 SimPad Plus 1 204-50150 LLEEAP for SimPad Plus 1 400-09201 Tablet Instructor Computer 1 185-10050 ShockLink System 1 235-EDGS100 SimMan ALS getting started course 1 day 8 participants 1 235-83050 Installation SimMan ALS 1 235-00001LNR1 SimMan ALS Loaner Program 60 months 1 235-00050EXW1 SimMan ALS Extended Warranty 48 months 4 235-00050PMC SimMan ALS Preventative Maintenance On-Site 2 VT-2400-ADV Chester Chest Advanced Arm (L) 2 201-10001 Crash Kelly Manikin 2 381550 Bleeding Trauma Modules (L) set of 4 3. Background: The simulation equipment will be used at both the Castle Point and Montrose campuses. A Simulation lab will be set up on the Montrose Campus and a Satellite Simulation room will be established at the Castle Point Campus. The Simulation program will support residency programs for Nursing, Medicine, and Ancillary health. 4. Performance Period: The contractor shall complete the work required under this SOW in __60_ calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. The work shall begin within __14_ calendar days of award, unless otherwise specified. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 5. Place of Performance / Delivery: POP: 60 Days (ARO) Equipment should be delivered to: VA Hudson Valley Health Care System (Montrose Campus), 2094 Albany Post Road Montrose, NY 10548-1454, Building 17 Warehouse. ATTN: Liz Sarita-Hannah POC: Liz Sarita-Hannah VA Service Point of Contacts / Evaluator(s) for the offeror's proposals P.O.C. (Brand-Name Only) Place of Performance-Delivery Montrose Campus FDR (Hudson Valley) Address: 2094 Albany Post Road, Montrose, NY Postal Code: 10548-1454 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 Laerdal Simulation equipment and accessories. Non-manufacture ruling is adhered to and followed in this requirement. 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: 52.212-1, Instructions to Offerors -- Commercial Items. (Jun 2020) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2021) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2021) 52.247-34 F.O.B. Destination (NOV 1991) 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 Only Laerdal Simulation equipment and accessories 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 A.M at email address listed above for Contract Specialist. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY e-mailed quotes will be accepted. 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/fcac5d9917ee44989f34869f836e00ba/view)
 
Place of Performance
Address: Department of Veterans Affairs (Montrose Campus) 2094 Albany Post Road, Montrose, NY 10548-1454, USA
Zip Code: 10548-1454
Country: USA
 
Record
SN06058388-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.