MODIFICATION
65 -- Stealthstat ENT Cart
- Notice Date
- 5/27/2022 7:01:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24622Q0606
- Response Due
- 6/7/2022 1:00:00 PM
- Archive Date
- 06/12/2022
- Point of Contact
- John P Harmsen, Contract Specialist, Phone: 757-315-3978
- E-Mail Address
-
john.harmsen@va.gov
(john.harmsen@va.gov)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for STEALTHSTAT ENT CART KIT FUSION VAMC Salem VA SDVOSB Set-Aside 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 This solicitation is an SDVOSB set-aside The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000. The FSC/PSC is 6515. The VAMC Salem is seeking to purchase a STEALTHSTAT ENT CART KIT FUSION. All interested SDVOSB companies shall provide quotations for the following: Supplies/Services VAMC Salem Surgical Service Salem OR and ENT Section requires the purchase of a new STEALTHSTAT ENT CART KIT FUSION and STEALTHSTATION ENT SOFTWARE. This includes installation & on-site training on automated products, Limited warranty for the Salem OR and ENT Section of Surgical Service. This equipment is used for procedures on patients in the Salem OR. This system supports FESS, lateral, and anterior skull base procedures Intuitive software workflows designed for ease-of-use FFlexible registration techniques for use with pointer and Touch-n-Go probes. Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 0002 9735669TIKIT1. STEALTHSTAT ENT CART KIT FUSION W/TRADE IN 9735736. STEALTHSTATION ENT SOFTWARE 1 1 EA EA All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request. Delivery shall be provided no later than 30 days after receipt of order (ARO). Scope of Work The vendor will deliver the following items to VAMC Salem, 1970 Roanoke BL, Salem VA 24153. Salem Warehouse will deliver to Salem OR Section of Surgical Service and the vendor will provide installation and on-site training to Salem OR. One (1) STEALTHSTAT ENT CART KIT FUSION One (1) STEALTHSTATION ENT SOFTWARE VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: 1) If fully vaccinated, shall show proof of vaccination i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination 2) If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, always, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the following website: COVID-19 Screening Tool. Regularly check the website for updates. a. Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, always, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. Security C&A requirements do not apply, and a security Accreditation Package is not required. General Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. The Certification requirements do not apply, and a security accreditation package is not required. Place of Performance/Place of Delivery Address: VAMC Salem, 1970 Roanoke BL, Salem, VA Postal Code: 24153 Country: UNITED STATES FOB Destination. 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 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: the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. 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: 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."" 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 your response shall be received not later than 4:00 PM 7 June 2022 at john.harmsen@va.gov. 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 John.harmsen@va.gov VAAR 852.219-78 must be completed and included with your quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6281ac1a09a94f179813ad2e7094a1f5/view)
- Place of Performance
- Address: VAMC Salem 1970 Roanoke BL, Salem 24153
- Zip Code: 24153
- Zip Code: 24153
- Record
- SN06341011-F 20220529/220527230059 (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 |