Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

65 -- GentleMAX PRO PLUS Laser System CE with Accessories

Notice Date
2/16/2023 12:52:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0581
 
Response Due
2/27/2023 1:00:00 PM
 
Archive Date
03/29/2023
 
Point of Contact
Jose Delgado, Contracting Officer, Phone: 561-517-0445
 
E-Mail Address
jose.delgado3@va.gov
(jose.delgado3@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 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 Products and Commercial Services, 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 2023-01 dated December 1, 2022. This solicitation is set aside for Service-Disabled Veteran Owned Small 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 employees. The FSC/PSC is 6515. The Bruce W. Carter VA Medical Center - Miami Veterans Healthcare System - 1201 Northwest 16th Street - Miami, FL 33125-1624 is seeking to purchase a Laser Hair Removal system with accessories. This is a Brand Name or Equal Requirement in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the salient characteristics. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. See Attachments: 1. Instructions to Offerors 2. Clauses and Provisions 3. LIMITATIONS ON SUBCONTRACTING (must be completed by contractor at time of submission of quote) All interested companies shall provide quotations for the following: Supplies/Services Price Cost Schedule Line Item Description QTY Unit Unit Price Total Price 0001 GentleMAX PRO PLUS Laser System CE with DCD and Standard 1 year warranty (BRAND NAME OR EQUAL TO CANDELA PART # MPP CE WITH DCD) 1 EA 0002 Large Spot Option Kit, DCD for GentleMax Pro Plus (BRAND NAME OR EQUAL TO CANDELA PART # 7123-CE-0652) 1 EA 0003 GMPP DCD Small Spot Option Kit, w/Fiber Assembly - CE Marked (BRAND NAME OR EQUAL TO CANDELA PART # 7123-CE-0650) 1 EA 0004 GentleCool PRO DCD Cryogen (BRAND NAME OR EQUAL TO CANDELA PART # 1600-00-0219) 1 EA 0005 Gentle PRO Plus - 1 Yr. Std+ 2 Yr. Service Contract (BRAND NAME OR EQUAL TO CANDELA PART # W0920-30-0408) 1 EA Grand Total The following salient characteristics are required to meet the needs of the government. Salient Characteristics *** Brand Name or Equal to GentleMAX PRO PLUS Laser System *** Must be FDA Approved Must be FDA indicated for stable, long-term or permanent hair reduction and for the treatment of PFB Must be FDA indicated for the photocoagulation of dermatological vascular lesions, the treatment of wrinkles, and the treatment of benign pigmented lesions Must be FDA indicated for the treatment of all skin types Must be a dual wavelength Alexandrite 755 nm and ND:Yag 1064 nm laser Must offer spot sizes from 1.5 mm 26 mm including a 3x10 elliptical spot size Must offer pulse durations from 0.25 ms to 100 ms Must offer a 2 ms pulse duration within hair removal settings for the treatment of finer hair Must offer a repetition rate up to 3 Hz within hair removal settings Must have a maximum energy of 68 J at 755 nm and 90J at 1064 nm Must have DCD Cryogen Spray Cooling Cryogen canister capacity must be a minimum of 1000 g Must have a cryogen check value in the cryogen line to ensure minimal cryogen waste Must have 3 cryogen nozzle sizes (one for 1.5 mm to 5 mm, one for 6 mm to 18 mm, and one for 20 mm to 26 mm) to ensure optimal cooling for each spot size. Must offer a treatment guided mode with recommended initial settings Delivery shall be provided no later than 60 days after receipt of order (ARO) FOB Destination. Place of Delivery Address: Miami VA Medical Center Supply Chain Management Warehouse 6725 NW 36th Ave, Suite 695 Miami, FL Postal Code: 33166 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services 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, Offeror Representations and Certifications Commercial Products and Commercial Services. 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 Products and Commercial Services (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services. (Dec 2022) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. ADDENDUM to 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Gray market items are Original Equipment Manufacturer (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. 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA- wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. 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. 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. 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) All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number / DUNS Number / Cage Code Point of Contact for submission of orders if awarded a contract Authorized Distributor Letter certified by OEM if the offeror is not the manufacturer Quoted price shall include delivery Please submit with your quote the following information: 1) Original Equipment Manufacturers (OEM) Name 2) OEM DUNS and UEI numbers 3) OEM Country of Origin 4) OEM Part Number The VAAR 852.219-78 (Limitations on Subcontracting) must be completed and provided with the quote. All quotes shall be sent to the following email address: jose.delgado3@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: ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical capability or quality of the item offered to meet the Government requirement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1 Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2 Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. (End of Addendum to 52.212-2) 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 Eastern Standard Time (EST) on February 27, 2023, at jose.delgado3@va.gov and shall reference RFQ 36C24823Q0581 GentleMAX PRO PLUS Laser System in the subject of the email. Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Point of Contact listed below by 4:00 PM Eastern Standard Time (EST) on February 21, 2023. Point of Contact Contract Specialist Jose Delgado Jose.delgado3@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d89c66537654454d99cc808a469e31d0/view)
 
Place of Performance
Address: Miami VA Medical Center Supply Chain Management Warehouse 6725 NW 36th Street Suite 695, Miami, FL 33166, USA
Zip Code: 33166
Country: USA
 
Record
SN06594317-F 20230218/230216230118 (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.