Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2023 SAM #7974
SOLICITATION NOTICE

65 -- Sixty (60) Welch Allyn® Connex® Integrated Wall Systems

Notice Date
9/25/2023 8:39:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q1061
 
Response Due
9/27/2023 9:00:00 AM
 
Archive Date
10/27/2023
 
Point of Contact
Dane Gift, Contracting Specialist, Phone: 360-816-2762
 
E-Mail Address
dane.gift@va.gov
(dane.gift@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. 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. 2. This is a Request for Quote (RFQ) and the solicitation number is 36C26023Q1061. The Government anticipates awarding a firm-fixed price purchase order contract resulting from this solicitation. 3. This is a solicitation Sixty (60) Welch Allyn® Connex® Integrated Wall Systems for the Department of Veterans Affairs VISN 20, Alaska VA Health Care System (VAHCS). Period of Performance to be 90 Days ARO. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 effective August 8, 2023. 4. This is solicitation is a Service-Disabled Veteran-Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 Employees and the PSC is 6515. The SBA Non-Manufacturer Rule (FAR 52.219-33) is not applicable, as an NMR class waiver is currently in effect for all items under NAICS code 334510 under which this acquisition is categorized. All interested companies shall provide quotations, including pricing, as a part of this solicitation. All information of this nature submitted to the government shall be made in accordance with the Brand Name or Equal Salient Characteristics below. Responsive quotes shall include a price quote, past relevant performance, and item/task technical specifications outlining how they intend to meet the standards provided in Section (6) Salient Characteristics (if not Brand Name). 5. Price/Cost Schedule: The Alaska VAHCS, Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty 85NTVE3-US CIWS,WRLS,NEL,STP,SCS,IRT,PO,MV,IEX,DOM CIWS,WRLS,NEL,STP,SCS,IRT,PO,MV,IEX,DOM Communication Pkg : Wireless (Std/Internal Radio) Software License Options : BARCODE_SCANNER_ENABLED,CONTINUOUS_ PROFILE,DATA_COMM,MONITOR_PROFILE,OFFI CE_PROFILE,SPOT_PROFILE,V-TACH_VFIB_ ASYSTOLE_DETECT Software License Group : PMP 60 6. Salient Characteristics: GENERAL FEATURES 15-second NIBP and pulse rate Adult, pediatric and neonatal NIBP modes Spot check, monitoring and triage modes included. Masimo® or Nellcor® pulse oximetry Programmable visual and audible alarms for BP, SpO2, temp and pulse service software-ready for software-driven repairs and upgrades 4 USB accessory ports Manual measurements entry (weight, height, respiration rate, pain) and documentation of modifiers, like body position and O2 therapy Large color touchscreen display simplifies training and operation. Descriptive error messages for easy troubleshooting Fully customizable USB configuration cloning Integrated 3.5 V handles for physical assessment instruments. integrated ear speculum dispenser Wireless connectivity Power cord length 8 Display area 8 in. (H) x 4 in. (V) (20.3 cm [H] x 10.2 cm [V]) Speaker Volume - 57 dB at 1.0 meter Battery Composition Lithium-ion Nurse Call Connection Must be fully Cerner compatible. NIBP SPECIFICATIONS Systolic range: Adult: 30 to 260 mmHg; Pediatric: 30 to 260 mmHg; Neonate: 20 to 120 mmHg Diastolic range: Adult: 20 to 220 mmHg; Pediatric: 20 to 220 mmHg; Neonate: 10 to 110 mmHg Blood pressure determination time Typical: 15 seconds; Maximum: 150 seconds Blood pressure tubing length 8 Blood pressure accuracy: Meets or exceeds ANSI.AAMI SP10:2002 standards for noninvasive blood pressure; Meets or exceeds ANSI.AAMI SP10:2002 standards for noninvasive accuracy. (± 5 mmHg mean error, 8 mmHg standard deviation) TEMPERATURE SPECIFICATIONS Oral temperature range: 80 °F to 110 °F (26.7 °C to 43.3 °C) Ear temperature range: 68 °F to 108 °F (20.0 °C to 42.2 °C) SpO2 SPECIFICATIONS SpO2 performance measurement range 1 to 100% SpO2 cable length 10 ENVIRONMENTAL SPECIFICAITONS Operating temperature 50 °F to 104 °F (10 °C to 40 °C); Storage temperature -4 °F to 122 °F (-20 °C to 50 °C) Operating altitude -557 to 10,000 ft. (-170 m to 3,048 m) Operating humidity 15 to 95% noncondensing; Storage humidity 15% to 95% noncondensing Handle output 3.00-3.90 V, .70-1.50 A; 767 power handle cord lengths 12 Electrical Rating: 100-240 V AC, 50-60 Hz, 1.50-.08 A GENERAL COMPLIANCE AND STANDARDS: ANSI/AAMI SP10 | AS/NZS 3200.1.01 | ASTM D 4332, E 1104 | CAN/CSA C22.2 NO.601.11 CAN/CSA-C22.2 NO.60601-1-2, CSA Z9919 EN 1060-1, 1060-3, 1060-42 | EN/IEC 60601-1, 60601-1-2, 60601-1-4, 60601-1-6, 60601-1-8, 60601-2-30, 60601-2-49, 62304 EN/ISO 9919, 13485, 14971 | ISTA 2A | UL 60601-11 7. Place of Performance: Department of Veterans Affairs Alaska VA Health Care System (VAHCS) Joint Base Elmendorf-Richardson (JBER) 5955 Zeamer Ave. Elmendorf AFB, AK 99506 8. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: 9. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 10. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. The government intends to make a best value determination based on, but not limited to, the following evaluation factors when evaluating offers: (a) Technical Compliance: Quoted commodities and services/supplies shall be in accordance with the Salient Characteristics and the Statement of Work above. (b) Price: Price - The offeror shall complete the Price/Cost Schedule provided in Section (5) above. (c) Past Performance: Past Performance The offeror shall attach contract numbers of previous similar past performance along with a very brief description of services. (d) Proof of Meeting the Salient Characteristics: The offeror shall provide either a statement or a brief synopsis of the process outlining how they intend to meet the standards provided in Section (6) Salient Characteristics (if not Brand Name) in order to be considered for award. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 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: 12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 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) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause: 852.203-70 Commercial Advertising 852.211-70 Equipment Operation and Maintenance Manuals 852.212-71 Gray Market Items (APR 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests. 852.233-70 Protest Content/Alternative Dispute Resolution 852.242-71 Administrative Contracting Officer (OCT 2020) 852.264-71 Rejected Goods The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-14 Limitations on Subcontracting (JUN 2020) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) in both 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-5 Trade Agreements (OCT 2019) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 14. There are no additional contract requirements, terms or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to dane.gift@va.gov and received no later than 12:00 PM EST on 09/27/2022. Quotes may be submitted on the vendor s own form following the format found in Section 11 Evaluation-Commercial Items . No late quotations will be accepted. The Government intends to make award without discussions. 17. For information regarding the solicitation, please contact Dane Gift at Dane.Gift@va.gov. DEPARTMENT OF VETERANS AFFAIRS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f49164ecff64103a9cb16679cbf83c5/view)
 
Place of Performance
Address: Department of Veterans Affairs Alaska VA Health Care System (VAHCS) Joint Base Elmendorf-Richardson (JBER) 5955 Zeamer Ave., Elmendorf AFB, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06844275-F 20230927/230925231120 (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.