Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2024 SAM #8107
SOLICITATION NOTICE

65 -- Generator FT10 Brand Name Only CS: Tracy Heath

Notice Date
2/5/2024 9:03:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0197
 
Response Due
2/9/2024 3:00:00 PM
 
Archive Date
04/09/2024
 
Point of Contact
Tracy Heath, Contract Specialist, Phone: 253-888-4903
 
E-Mail Address
tracy.heath@va.gov
(tracy.heath@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 11 *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 10 DESCRIPTION Combined Synopsis/Solicitation Notice Effective Date: 02/01/2022 Page 10 of 10 This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, 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 is a Brand Name Request for Quote (RFQ), and the solicitation number is 36C26024Q0197. The Government anticipates awarding a firm-fixed price supply order from this solicitation. This is a solicitation for Generator FT10. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04 Deviation Jan 2024 Effective January 1, 2024. This solicitation is 100% set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees and the PSC is 6515. All interested companies shall provide quotations that are Brand Name for the following: Equipment Needed: Electrosurgical Energy Platform: Brand Name ValleyLab Line Item Quantity Part Number Description 1 2 EA VLFT10GEN Generator FT10 Electrosurgical Energy Platform Cart: Line Item Quantity Part Number Description 2 2 EA VLFTCRT Cart FT10 Electrosurgical Energy Platform Footswitch s: Line Item Quantity Part Number Description 3 2 EA E6008 Standard Footswitch 4 2 EA E6019 DOM BIP Footswitch for Force Gen X1 Salient Characteristics: Line Item 1 - ValleyLab FT10 Generator (Brand Name) Height: 6.7"" (17 cm) Width: 14.1"" (35.8 cm) Depth: 18.2"" (46.25 cm) Weight: 22.3 lbs. (10,1 kg) Performance equal to: sealing times: (1-4 seconds vs. 3-6 seconds with ForceTriad ) Lower max jaw temperature Automatic power settings require minimal setup and minimize the need for further handling during surgery. Simple, intuitive controls and information displays. ES Settings: Soft coag TissueFect Tissue Sensing: Reads Tissue: 434,000 times per second. Bipolar Cable Compensation: Low Power Setting Ranges: Off, 1 15 W Peak Voltage: 133 V Medium Power Setting Ranges:16 40 W Peak Voltage: 214 V High Power Setting Ranges: 45 95 W Peak Voltage: 462 V Software: Ethernet Connection (Has WIFI Capabilities) General: Output configuration: Isolated output Cooling: Natural convection and fan Display: 7 in. LCD touchscreen Connector Receptacles: LED illuminated connector readers on the LigaSure/Bipolar receptacle Enclosure: Magnesium Operating System: Linx Environmental Parameters: Operating Temperature: 50 to 104 °F (10 to 40 °C) Operating Humidity: 30% to 75% non-condensing Operating Atmospheric Pressure: 700 to 1060 millibars Transport and Storage Temperature: 14 to 140 °F (-10 to +60 °C) Transport and Storage Humidity: 25% to 85% non-condensing Transport and Storage Atmospheric Pressure: 500 to 1060 millibars Internal Memory: Storage Capacity: 8 GB Input Power: 100-127 VAC Line Voltage Full Regulation Range: 90 140 VAC Line Frequency: 47-63 Hz Max VA Nominal Line Voltage: 950 VA Max Mains Current: 9.5 ARMS Max Heat Dissipation: 180 W 220-240 VAC Line Voltage Full Regulation Range: 198-264 VAC Line Frequency: 47 63 Hz Max VA Nominal Line Voltage: 950 VA Max Mains Current: 4.8 ARMS Max Heat Dissipation: 180 W Leakage: Touch Current: 1kHz): Scaled with frequency per IEC 60601-1:2012, but does not exceed 10mA NC/SFC Patient Leakage Current: < 10 A NC, < 50 A SFC Total Patient Leakage Current: < 50 A NC, < 100 A SFC Salient Characteristics: Line Item 2 - ValleyLab FT10 Cart (Brand Name) The Universal Generator Cart for Valleylab FT10 Energy Platform is designed to provide an excellent placement for storage and transportation of your FT10 generator. This cart is intended to give the user a convenient device mobility and an organized workspace, with its flat, and stable upper surface, perfect to place your electrosurgery device, and sturdy lower trays that can be used to store all the parts and accessories needed for the treatment.  This generator cart is assembled with 4 heavy duty casters, 2 locking and 2 non-locking, and a handle to ensure ease in maneuvering. It has a cord management system, and it's made with rust resistant material. Dimensions: 39.5 W x 52.75 H x 47.7 D Weight: 100 lbs. Salient Characteristics: Line Item 3 - Covidien Standard Footswitch 15-foot water resistant Monopolar Footswitch (Brand Name) Monopolar Footswitch is a standard monopolar footswitch for full-powered electrosurgical generators. Highlights: Compatible with ValleyLab FT10 Eletrosurgical energy platform. Water resistant built & strain relief connector. High quality cast aluminum 15 cord for added flexibility Divider bar between pedals Non-slip rubber base Salient Characteristics: Line Item 4 -Covidien Bipolar Dome Footswitch 15 ft Cord (Brand Name) This Step and go footswitch allow independent control of bipolar output during electrosurgery. Can be used in tandem with ValleyLab FT10 generators and can be activated from any angle. Bipolar Dome Footswitch must control bipolar output independently. Compatible with ValleyLab FT10 Electrosurgical energy platform. 15 cord for added range Activate from any angle. Control bipolar output. Foot-activated Delivery shall be FOB: Destination: 30-60 days after receipt of order is preferred. All deliveries will be coordinated with the Spokane VAMC Point of Contact. Place of Delivery: Department of Veterans Affairs Mann-Grandstaff VA Medical Center Warehouse Bldg. 14 4815 N. Assembly St. Spokane, WA 99205 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: 1. FAR 52.212-1, Instructions to Offerors Commercial Products (SEPT 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24* Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.252-1 Provisions Incorporated by Reference (FEB 1998) VAAR Provisions: 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (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 contractors, 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) 2. FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Technical compliance Price *Adherence to the technical characteristics and meeting the special standard is more important than price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 3. Offerors must complete annual representation and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with 52.212-3, Offerors Representations and Certifications -- Commercial Products. If paragraph (j) of the provision is applicable, a written submission is required. 4. Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification (https://www.sba.gov). The following contract clauses apply to this acquisition: 5. FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items (NOV 2018) 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (Jan 2023) (Deviation) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (Jan 2023) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-71 Delivery Location (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) 6. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAR 2023) The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.203-17 52.204-10 Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712) Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (MAR 2023) (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 (Nov 2023) (Deviation Jan 2024) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 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) (38 U.S.C. 4212) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (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) 7. All quoters shall submit according to the following: Quotes must be emailed to Tracy.Heath@va.gov and received no later than 3:00 PM PST on 02/09/2023. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation may be considered non-responsive. Required Supporting Documentation: Buy American Certificate Authorized Distributor Letter if not the manufacturer Certification that equipment meets/exceeds the salient characteristics of the desired brand above. Delivery date The Government intends to make award without discussions. For information regarding the solicitation, please contact Tracy Heath at Tracy.Heath@va.gov. See attached document: 52.225-2 BUY AMERICAN CERTIFICATE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e0a0df34d384ea59ea582f4fc104fa4/view)
 
Place of Performance
Address: Department of Veterans Affairs Mann-Grandstaff VA Medical Center Warehouse Bldg. 14 4815 N. Assembly St., Spokane 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN06955406-F 20240207/240205230043 (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.