SOLICITATION NOTICE
65 -- Endoworks System Please see attached SOW
- Notice Date
- 3/8/2022 5:51:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q0583
- Response Due
- 3/14/2022 12:30:00 PM
- Archive Date
- 03/19/2022
- Point of Contact
- Kever L Swafford, Contracting Officer, Phone: 713-794-7218
- E-Mail Address
-
kever.swafford@va.gov
(kever.swafford@va.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- 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: 2021-05, 3-10-2021. This solicitation is set-aside for Service-Disabled Veteran Owned Business (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000. The FSC/PSC is 6515 All interested companies shall provide quotations for the following: Supplies/Services Description/Part Number* Qty Price Extended Amount swendoPROcapture EndoPRO Capture License 2 swendoPROmobile EndoPRO Mobile Cart License for travel carts 1 swendoPROdoc Doc-U-Scribe license 2 swendoPROMPS Motion Picture Studio (MPS) Video Capture license 2 MSSQL16-S2 Microsoft 2016 SQL Server 2 KUM68345 Hardware for endoPRO Capture PC Workstation 2 90139 Connects to the endoPRO capture PC hardware 4 KUMOLYMPUS EndoPRO Data Interface with Cables for Olympus video processors 2 svendoPROinstall Implementation services, on-site and remote, for endoPRO application. 1 mtendoPRO Annual Software Service Maintenance 1 Delivery shall be provided ""no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 2002 Holcombe Blvd. Houston, Texas Postal Code: 77030 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response.] 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Price Proposal . All quotes shall be sent to the kever.swafford@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. 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 following are the decision factors: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, 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."" Submission of your response shall be received not later than March 14, 2022 at kever.swafford@va.gov hand delivery will not 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 KEVER L. SWAFFORD, CONTRACTING OFFICER Kever.swafford@va.gov THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. Salient Characteristics Item Brand/Model Or Equal Minimum Salient Characteristic(s) Endoscopy Capture Workstations endoPRO iQ Platform must seamlessly integrate into existing infrastructure. Integrates/Interface with Olympus video processors Provide a single point of contact for infrastructure support regardless of vendor. Platform must be comprehensive, including a reporting and information management system that support all stages of the endoscopy clinical workflow. STATEMENT OF WORK EndoPRO IQ Capture Workstation 1. SCOPE The Contractor shall furnish all labor, materials, parts, equipment, tools, transportation, and calibration to provide EndoPRO IQ Capture Workstation to the Michael E DeBakey Veterans Affairs Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard in Houston, Texas 77030. The Contractor shall provide all necessary services including setup, configuration, database transfer and installation to get the specified equipment working properly. The Contractor shall provide all necessary training to the designated Veteran s Affairs (VA) employees on how to use the product after the delivery and setup are complete. The contract shall be firm-fixed price. All equipment shall be new. The contractor shall not provide refurbished or used equipment. 2. BACKGROUND The MEDVAMC currently has Endo EndoPRO IQ Capture Workstations in GI section. The MEDVAMC is requesting 2 additional EndoPRO IQ Capture Workstation to replace the existing Endoworks workstations in Pulmonary (Bronchoscopy) Section. These workstations are used to capture images during the Bronchoscopy/endscopic procedures, these images are reviewed and used to report on by the doctors. The current Endoworks system is obsolete and not supported by the vendor. 3. SPECIFIC REQUIREMENTS 3.1 The contractor shall provide the MEDVAMC with additional EndoPRO IQ Capture Workstation. The workstation should have the following specifications: Platform must seamlessly integrate into existing infrastructure Integrates/Interface with Olympus video processors Platform must be comprehensive, including a reporting and information management system that support all stages of the endoscopy clinical workflow Item # Description/Part Number* Qty swendoPROcapture EndoPRO Capture License 2 swendoPROmobile EndoPRO Mobile Cart License for travel carts 1 swendoPROdoc Doc-U-Scribe license 2 swendoPROMPS Motion Picture Studio (MPS) Video Capture license 2 MSSQL16-S2 Microsoft 2016 SQL Server 2 KUM68345 Hardware for endoPRO Capture PC Workstation 2 90139 Connects to the endoPRO capture PC hardware 4 KUMOLYMPUS EndoPRO Data Interface with Cables for Olympus video processors 2 svendoPROinstall Implementation services, on-site and remote, for endoPRO application. 1 mtendoPRO Annual Software Service Maintenance 1 3.2 Training Contractor shall provide on-site training to 100 designated VA employees on how to use all the aforementioned system. Contractor shall coordinate with the Contracting Officer s Technical Representative to schedule Training: two sessions of 3 consecutive weekdays of customized clinical training. Up to 7 hours of class time per day, between the hours of 0730 and 1930 Training shall consist of proper use of the system, management of the system and maintenance of equipment. All training shall be complete by 30 days from the effective test and acceptance date of equipment. 3.3 Standards Contractor shall ensure that the equipment functions in conformance with the specifications used when the equipment was procured by the VAMC, and any upgrades/updates, as well as following most current published standards/ specifications/regulations: Manufacturer s specifications, Association for the Advancement of Medical Instrumentation (AAMI), Joint Commission (JC), National Fire Protection Agency 99 (NFPA-99), Center for Device and Radiological Health (CDRH), Original Equipment Manufacturer (OEM), American Hospital Association (AHA), Institute of Electrical And Electronic Engineers (IEEE), Underwriters Laboratories (UL) ,Occupational Safety and Health Administration (OSHA), College of American Pathologists (CAP), VAMC standard operating procedures, and any other Federal, State, and Local regulations pertaining to the equipment listed for this contract. Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, UL, OSHA, VA, and CDRH. The contractor shall supply certification of tuberculosis testing completion prior to commencing any work located on the MEDVAMC campus. 3.4 Testing and Certification Upon completing installation of the system, the Contractor shall notify the Contracting Officer s Representative (COR) in writing that the system is ready for acceptance testing, and that it meets all requirements of the OEM, VA standards and contract requirements. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. 3.5 Government Acceptance Test The Contractor shall perform the Government Acceptance Test in the presence of the COR for proof-of-performance. The Government Acceptance Test shall be performed within 30 days from the effective date of award. Upon completing the Government Acceptance Test successfully, the Contractor shall document the success of this Government Acceptance Test and furnish a copy to the COR before the Contractor s representative departs the VA premises. 3.6 Product Modification, Removal or Recall If any product awarded under this solicitation requires modification, is removed or recalled by the Contractor or manufacturer, or if any required modification, removal or recall is suggested or mandated by a regulatory or official agency, the following steps shall immediately be taken by the Contractor: a. Notify the Contracting Officer in writing of the required changes. Provide two copies of the notification which shall include, but not be limited to the following: (1) Complete item description and/or identification, order numbers from customers, and the contract number assigned; (2) Reasons for modifications, removal or recall; and (3) Necessary instructions for return for credit, replacement or corrective action. b. The Contractor shall provide the above information to all agencies and VA facilities who purchased the product. The Contracting Officer shall be provided a copy of the notification as stated above and a list of all agencies and/or VA facilities notified. c. The Contractor shall be responsible for any costs associated with the above. 4. GENERAL INFORMATION 4.1. Delivery Location Michael E. DeBakey Medical Center Building 100 2002 Holcombe Blvd. Houston, Texas 77030 4.2 Place of Performance The Contractor shall deliver and perform all work at the Michael E. DeBakey VA Medical Center, Building #100, located at 2002 Boulevard in Houston, Texas 77030. The contractor shall provide all supplies and necessary services including setup, configuration, database transfer and installation for the Pulmonary (Bronchoscopy) Section as listed in Section 3 and Table 1. The contractor shall provide all supplies and necessary services including setup, configuration, database transfer and installation for the Pulmonary (Bronchoscopy) Section as listed in Section 3 and Table 2. Hours of Operation Services shall be performed during the VA normal business hours, 8:00 a.m. through 4:30 p.m., Monday through Friday, excluding Federal holidays. Any scheduled work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). VA follows all Federal holidays that are set by law (USC Title 5 Section 6103). The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day January 1 Martin Luther King's Birthday Third Monday in January President's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas December 25 In addition to the days designated as holidays, the Government observes the following days: 1. Any other day designated by Executive Order; 2. Any other day designated by the President s Proclamation; and 3. Any other day designated by Federal Statute. 4.3 Period of Performance The Contractor shall deliver all supplies and finish all works of installation, configuration and setup within 30 days from the effective date of award. All training shall be complete by 60 days from the effective date of award. The training shall be provided after the test and acceptance date of the equipment. 4.4 Warranty. Contractor to provide manufacturer s warranty period. Extend warranty is also requested. All equipment and materials shall come with a standard one-year warranty. Warranty shall begin after completion of test. The Contractor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of 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 supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. 4.5 Deliverables A. User s Operating and Maintenance Manual. Contractor shall provide a complete set of User s Operating and Maintenance Manual at no charge to the Government. 4.6 Invoicing The Contractor shall not invoice for payment until all of the requirements are complete. VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungstennetwork.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). END OF THE STATEMENT OF WORK
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34e84b99beb84980bca36b107fee21a0/view)
- Record
- SN06260804-F 20220310/220308230104 (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 |