Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOLICITATION NOTICE

65 -- 644-PHX ANETHSEIA EQUIP 644-21-3-201-0059 (VA-21-00057442)

Notice Date
8/5/2021 3:18:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25821Q0320
 
Response Due
8/12/2021 11:00:00 AM
 
Archive Date
10/11/2021
 
Point of Contact
Tim Garrity, Contract Specialist, Phone: (480) 466-7937
 
E-Mail Address
timothy.garrity@va.gov
(timothy.garrity@va.gov)
 
Awardee
null
 
Description
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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 (eff. 07/12/2021). This solicitation is for BRAND NAME ONLY equipment and is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,250 Employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment, and Supplies. The Phoenix, AZ VA Medical Center is seeking to purchase BRAND NAME ONLY Nihon Kohden America TR-6000 Bedside Monitors with 15 inch LCD display and Input Unit with LCD display for transport. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 BRAND NAME ONLY Nihon Kohden BEDSIDE MONITOR, 3 MP, MASIMO Manufacturer Part Number: BSM-6733-S-TP 6 EA 0002 BRAND NAME ONLY Nihon Kohden TEMP PROBE CONN, ΒΌ STRGHT ANGLE 10 Manufacturer Part Number: A/11-CA-402-10 6 EA 0003 BRAND NAME ONLY Nihon Kohden ASPECT BISX OPTION, BSM6000 Manufacturer Part Number: NK-ASPECT-BISX 6 EA 0004 BRAND NAME ONLY Nihon Kohden HOOK, BSM-1700 Manufacturer Part Number: DZ-170P 6 EA 0005 BRAND NAME ONLY Nihon Kohden PAPER, BSM-6000, 10PADS / BOX Manufacturer Part Number: A/FQW-50-2-100 6 EA 0006 BRAND NAME ONLY Nihon Kohden BATTERY, BSM-6000 Manufacturer Part Number: SB-671P 12 EA 0007 BRAND NAME ONLY Nihon Kohden RECORDER, BSM-6000 Manufacturer Part Number: WS-671P 6 EA 0008 BRAND NAME ONLY Nihon Kohden INTERFACE, 1 DEVICE, VIDEO Manufacturer Part Number: QI-671P 6 EA 0009 BRAND NAME ONLY Nihon Kohden INTERFACE, 4 EXTERNAL DEVICE Manufacturer Part Number: QI-672P 6 EA 0010 BRAND NAME ONLY Nihon Kohden MOUNTING ADAPTOR, BSM-5/6000 Manufacturer Part Number: A/0071-16 6 EA 0011 BRAND NAME ONLY Nihon Kohden GE CARESTATION 650 VENT SCREEN ARM MOUNTING BRACKET Manufacturer Part Number: DX-0042-08 6 EA Statement of Work for the Carl T. Hayden VAMC Physiological Monitoring Equipment Introduction of Required Specifications: Purpose: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded contractor in relation to provisions, installation, integration and implementation of the expanded patient monitoring system at the Carl T. Hayden VAMC, Phoenix, AZ. The Contractor must provide all necessary tools, equipment/hardware, software, licenses, installation, maintenance, warranty and training in accordance with this SOW. Primary Goals: This procurement will expand the existing patient monitoring currently in place to include in the operating room. This replacement will improve patient care and safety as well as provide a consistent and reliable end user experience at point of care. Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements for allowable operating system platforms. Industry Standards: Unless otherwise stated, all equipment must be held to current industry standards for such equipment as present within the current market for telemetry system equipment, supplies, and related services. Contractor must meet all minimum requirements contained in section 1.3. Definitions: Bedside Monitor: A bedside monitor is an electronic medical device that consists of one of more monitoring sensors, a processing component(s), and a screen display (also called a ""monitor"") that provide and record for medical professionals a patient's medical vital signs (body temperature, blood pressure, pulse rate and respiratory rate) or measurements of the activity of various body organs such as ECG monitors, anesthesia monitors, or EKG monitors. Clinical acceptance: Initial Clinical use means the delivered equipment as determined by the Government performs the basic intended clinical function of the system in a safe manner for the purpose for which it was designed, with most or all system functionality, allowing the equipment to be used clinically. This begins the initial Contractor warranty period. Depot Support: Consignment spares are stored at the facility to facilitate hot swaps in the event of a failure. Equipment Minimum Requirements: Bedside Monitors: Must have an LCD screen no larger than 15 with a touchscreen display. All monitor functionality must be fully integrated in the monitor without the use of modules. Must utilize a smart cable for supplies and accessories which automatically detects, displays and measures the associated parameter. Number of waveforms displayed at once must be at least 14. ETCO2, 12 ECG with interpretation, Interbed, and 72 hours of data at the bedside at every monitor. Must have quick access hard keys. Must be compatible with existing Government-owned patient monitoring equipment currently in place at the facility. Installation Considerations: 1.4.1 No installation is included in this SOW. This is a standalone system which the contractor will not provide installation of equipment or supplies. 1.4.2 Remote Access: Contractor Enterprise Integration Manager (EIM) and remote service technicians, using secure remote access solution, will access the Servers to install and configure the system. After installation this remote access will be used to service the system for repairs, troubleshooting, updating and maintenance as required and possible. Contractor will have service technicians complete any security requirements and to include fingerprinting, completion of the Background Investigation (SF86), HIPAA, and other training. 1.4.3 VA facility is responsible for sponsoring vendors remote access, background checks, and/or security access necessary to enable remote access for the vendor. 1.4.4 If power is needed it is the hospitals responsibility to pull the power. 1.4.5 Any mounting required is the responsibility of the hospital. 1.4.6 Contractor must comply with all VA mandated and local permitted/safety requirements. 1.4.7 Contractor will dispose of all boxes, trash and debris resulting from installation IAW hospital policy. 1.4.8 Delivery of equipment will be NLT 120 days ARO. 1.4.9 Installation of equipment and/or clinical training will be NLT five months ARO, if applicable. Support Features: 1.5.1 Clinical Training: This is a standalone system which requires minimal clinical training that should be accomplished in a day. 1.5.2 Telephone Support: Must include 24x7x365 Unlimited Telephone Support, 24x7 Go-Live Clinical Support by Telephone per Department, 24x7 Ongoing Clinical Support by Telephone per Department for the life of the system. This support must be at no additional cost to the Government. 1.6 Warranty: 1.6.1 Equipment Warranty: The equipment contained in this contract must come with a 5-year warranty on bedside and telemetry, and a 2-year warranty on central stations. 1.6.2 Third Party Product Warranty: Third party products come with a standard 1-year warranty that starts at the time of installation. After this time period the hospital is responsible for maintenance of these items with the OEM. 1.6.3 Supply and Accessory Warranty/Restocking Fee: Customer can return equipment within 30 days of purchase with 0% restocking fee if returned in unopened, original packaging. Equipment returned within 30 days to six-months in unopened, original packaging is subject to a 20% restocking fee. Equipment returned after six months will not be accepted. 1.7 Exclusions: 1.7.1 Asbestos testing or abatement is not the responsibility of the Contractor. 1.7.2 The contractor will not work in a bio-hazardous, radioactive, toxic, or other high-risk environment. 1.7.3 The Contractor will not provide structural, mechanical, conduit installation or electrical drawings. 1.7.4 The facility is responsible for hanging any devises on the wall/ceiling that require drilling behind sheetrock. 1.7.5 The facility is responsible to repair-patch and/or paint any walls or ceilings effected by installation or deinstallation of equipment. 1.7.6 The facility is responsible for any new network or cabling required for the installation of the system. End Statement of Work Place of Performance/Place of Delivery Address: Department of Veterans Affairs Phoenix VA Health Care System 650 E. Indian School Road Phoenix, AZ Postal Code: 85012 Country: UNITED STATES 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: FAR 52.212-1, Instructions to Offerors Commercial Items [June 2020] Please see Attachment A Clauses and Provisions for addenda information pertaining to FAR 52.2121-1. FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Feb 2021] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [[OCT 2018] Please see Attachment A Clauses and Provisions for addenda information pertaining to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2021] The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit their quotes along with their authorized distribution letter from the manufacturer (OEM) to verify they are an authorized distributor of the products provided. Any quotes received without an authorized distribution letter will be considered non-responsive. All quotes shall be sent to the timothy.garrity@va.gov. Award will be based upon price only comparison of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. To facilitate the award process, all quotes 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."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of quotes shall be received not later than 11:00AM PST on August 12, 2021. Please submit all quotes via email to timothy.garrity@va.gov. No other means of communication will be accepted. 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 Point of Contact listed below. Point of Contact Tim Garrity timothy.garrity@va.gov. Attachments: Attachment A Clauses and Provisions Attachment B VA Vendor FMS Form Attachment C Single Source J&A
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3944acf565b475d9cda6cd993546807/view)
 
Place of Performance
Address: Department of Veterans Affairs Phoenix VA Healthcare System ATTN: Cristobal Yubeta 650 E. Indian School Road, Phoenix, AZ 85012, USA
Zip Code: 85012
Country: USA
 
Record
SN06087092-F 20210807/210805230129 (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.