SOLICITATION NOTICE
65 -- PHOTOTHERAPY BOOTH
- Notice Date
- 7/12/2021 6:47:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25721Q1026
- Response Due
- 6/30/2021 2:00:00 PM
- Archive Date
- 08/14/2021
- Point of Contact
- Shannon Hodgson, Contract Specialist, Phone: 210-694-6301 x25301
- E-Mail Address
-
shannon.hodgson@va.gov
(shannon.hodgson@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25721Q1026 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Small Business set aside. In order to be eligible for award an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. NAICS Code: 339112 and Size Standard is 1,000. Introduction: The Government intends to award a firm fixed price contract based on this solicitation. Description of Services: The Contractor shall be required to provide and install phototherapy units for The North Texas VA Healthcare System at the Garland VA Dermatology Clinic in accordance with the Statement of Work. Place(s) of Performance: North Texas VA Healthcare System Garland VA Dermatology Clinic 2300 Marie Curie Blvd Garland, TX 75042 Type of Contract: A Firm Fixed Price Period of Performance: 45 Days ARO EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a contract to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall award a contract resulting from this solicitation. The following factors shall be used to evaluate offers: Vendor is a Small Business Vendor must be registered is SAM with applicable NAICS code by the close of solicitation Technical Approach: The Government will evaluate how the offeror s approach meets the requirements in accordance with the solicitation and Statement of Work and indicates a thorough approach and understanding of the requirements. Government will determine if acceptable/not acceptable. -Letter of Authorization: A letter of authorization is required from the Original Equipment Manufacturer (OEM) stating that contractor is an authorized distributor/reseller of the offered items. -If quoting other than brand name, the contractor shall provide the items spelled out in clause 52.211-6, Brand Name or Equal. Price: Price will be evaluated independently of the non-price factors. Statement of Work Point of Contact (POC): VANTHCS will appoint one (1) POC for this contract. When service is requested, the contractor will always contact the POC Tamira Dyers at (214) 857-1517 SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled delivery will be provided only during Contractor s normal working hour s local site time. Upon acceptance of this contract, the Contractor shall immediately contact the POC Tamira Dyers at 214-857-1517, to schedule mutually agreeable delivery times. SCOPE OF WORK: Delivery and set up of phototherapy units for the Garland VA Dermatology Clinic (2300 Marie Curie Blvd. Garland, TX 75042). Delivery activities shall consist of the following: Delivery and set up of all items necessary to install a full body phototherapy unit and a hand and foot phototherapy unit with table for full operation. Post installation inspection. POC will verify that required specifications are met and testing will be performed as necessary to meet VA and vendor requirements. Complete training on proper usage of unit, if needed shall be coordinated with the POC (Tamira Dyers), if needed. Items shall be installed by manufacturer authorized Service Technicians. Upon receiving a maintenance and repair call from VANTHCS, the Contractor shall make a return telephone call for within 2 hours. The Contractor will restore the equipment to FULL PERFORMANCE within forty-eight (48) hours of the original call. The Contractor shall notify the POC of the existence or development of any defects in the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). Training and support and preventative maintenance and educational courses to be provided on-site as indicated. Phototherapy Booths Device utilizes Vibration Controlled Transient Elastography (VCTE ) & Controlled Attenuation Parameter (CAP) to aid in the clinical management of patients with liver disease. Liver elastography, mechanically induced shear wave (e.g. vibration), without imaging, with interpretation and report. Full Body Unit Designed for clinical usage Allow for four different configurations, offering different lamp and control styles Patient protection constructed of an inner, clear acrylic which provides a barrier between the patient and lamps without compromising treatment. Shall provide sufficient and comfortable space for treatment and shall have a patient platform to elevate patients and that can be removed for conducting sessions with wheelchair-bout patients. Overall Height: 84"" (213 cm) Overall Dimensions with Doors Closed: 41"" W x 40"" D (104 x 102 cm) Overall Dimensions with Doors Open: 53"" W x 50"" D (135 x 127 cm) SmartTouch and SmartTouch Network are EMR compatible SmartTouch PC so professionals are provided with an improved method of implementing treatments, including storing patient data. Reduces the risk of treatment or dosage errors Flex control option that does not include the record-keeping/patient tracking capabilities Voice control that announces the predicted treatment time Open top and spacious interior for claustrophobic patient Smart Touch built-in treatment protocols which allows for setting treatment parameters for each patient. Prevents inadvertently delivering an excessive dose or the wrong kind of light in combination systems UV-transmitting acrylic lamp shields Large handle grips on its interior for patient safety and stability Temperature management system that provides the option for air flow during sessions Cooling system that can be controlled by patient Equipped with a speaker allowing clinicians to instruct and reassure patients Two dosage control styles Dosimetry controller Five-year warranty for parts and labor 90 day warranty for lamps Hand and Foot Units with Table Height 13.5 , Width 20.25 , Depth 22 , Weight 48 lbs (21.8 kg) Table Dimensions: height 33.5 , width 26 , depth 26 , weight 54 lbs (24.5 kg) Must Accommodate a variety of lamp types, including Narrow Band UVB, Broad Band UVB and UVA. U-shaped lamps Must be equipped with ClearLink Controlled Dosimetry Allow treatments to be entered in Joules (UVA) or milliJoules (UVB) a One touch operation Digital timer Table assembly Lock-out feature to prevent unauthorized use Three year warranty on all parts and labor 90 day warranty on lamps EXCLUSIONS (unless otherwise quoted): Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. Modification or corrections to installation room or supplied power. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system does contain Patient Health Information (PHI) and Individually Identifiable Information (III). No VA data will leave the VA Facility. If a hard drive or any other electronic storage device needs to be replaced, the device will be given to the ISO. After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested. The repair of this system will be supervised by a VA employee in BioMed to assure data does not leave the facility. The POC is responsible to assure that no VA data leaves the facility and an employee supervises repair. a. Contractors and any subcontractors must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996. This includes both the Privacy and Security Rules published by the Department of Health and Human Services (HHS). b. As required by HIPAA, HHS has promulgated rules governing the use and disclosure of protected health information by covered entities, Veterans Health Administration (VHA). In accordance with HIPAA, the contractor may be required to enter into a Business Associate Agreement (BAA) with VHA. c. Business associates must follow VHA privacy policies and practices when applicable. All contractors and business associates must receive privacy training annually. d. For contractors and business associates who do not have access to VHA computer systems, this requirement is met by completing VHA National Privacy Policy training, other VHA approved privacy training or contractor furnished training that meets the requirements of the HHS Standards for Privacy of Individually Identifiable Health Information as determined by VHA. e. For contractors and business associates who are granted access to VHA computer systems, this requirement is met by completing VHA National Privacy Policy training or other VHA approved privacy training. Proof of training is required upon request. DOCUMENTATION: Contractor will provide the POC with individual written reports which describe the maintenance and repair service performed on the equipment under warranty in sufficient detail so as to be acceptable by field inspectors of the Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated VANTHCS personnel. Prior to award, bidder must have a facility to include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations. The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor. Warranty items that expire during the contract period will be added to the contract as appropriate. 9. NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer s representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. RECORDS MANAGEMENT: 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. VA North Texas Health Care System and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VA North Texas Health Care System or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA North Texas Health Care System. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA North Texas Health Care System control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VA North Texas Health Care System guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA North Texas Health Care System policy. 8. The Contractor shall not create or maintain any records containing any non-public VA North Texas Health Care System information that are not specifically tied to or authorized by the contract. 9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 10. The VA North Texas Health Care System owns the rights to all data and record produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA North Texas Health Care System shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #10176, Privacy and Information Security, Rules of Behavior. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training 11. HD Statement: Electronic storage devices (ESD) of all forms containing any VA data shall not be removed from VA control. If the ESD needs to be replaced, the failed ESD shall be given to the facility Information Security Officer (ISO) for sanitization. Following sanitization of the ESD and at the request of the vendor, the sanitized ESD may be returned to the vendor for inventory purposes. If the equipment/system must be taken off VA premises for service or at the end of a lease, the ESD shall be removed by the vendor without cost to the VA and left at the VA for reinstallation or sanitization. Questions can be referred to the ISO. 12. SECURITY STATEMENT: No remote access. Chaperoned on site. 13. Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date. QUOTE/OFFER SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE CLIN: Period ESTIMATED QUANTITY: UNIT: UNIT PRICE: TOTAL PRICE: 0001 Brand name or equal: Daavlin 3 Series NeoLux 311-48 Full Body Phototherapy unit ((864NL0048X). 48 narrowband UVB lamps with Integrating Dosimetry Controller. 5 year warranty on all parts and labor excluding lamps, lamps are warranted for 90 days. 1 EA $______ $______ 0002 Brand Name or equal: Daavlin M Series X 311-10 Pl-L 110-120V 50/60Hz (801MI0010X6) hand/foot unit. 10 narrowband UVB lamps with Integrating Dosimetry controller. 3 year warranty on all parts and labor excluding lamps, lamps are warranted for 90 days. 2 EA $______ $______ 0003 Service Installation 1 EA $______ $______ 0004 Table Assembly for M Series Pl-L 1 EA $______ $______ TOTAL: $______ The following clauses and provisions apply to this solicitation: Contract Clauses: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 180 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203 70, Commercial Advertising. 852.246 71, Rejected Goods. VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERICAL ITEMS (JAN 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) 52.219-28, Post Award Small Business Program Representation (NOV 2020) 52.219-33, Nonmanufacturer Rule (MAR 2020) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American Supplies (JAN 2021) Solicitation Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) (JUL 2020) (DEVIATION) SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than Friday 16 July 2021, 4:00 pm CST. Email your quote to shannon.hodgson@va.gov. The subject line must specify 36C25721Q1026 Phototherapy Booth Submission. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Offers received after the exact time specified above are considered late and may at the discretion of the Contracting Officer be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1446c018249c477abc2eef277333c2f6/view)
- Place of Performance
- Address: Department of Veterans Affairs North Texas Healthcare System Garland VA Dermatology Clinic 2300 Marie Curie Blvd., Garland, TX 75042, USA
- Zip Code: 75042
- Country: USA
- Zip Code: 75042
- Record
- SN06058394-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 |