SOLICITATION NOTICE
65 -- Liposuction system with pulsing ultrasound, tumescent fluid injection, and suction
- Notice Date
- 9/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-250-09-RI-0381
- Response Due
- 9/24/2009
- Archive Date
- 11/23/2009
- Point of Contact
- Adrian Cadena 440-526-3030 ext 7469adrian.cadena@va.gov
- E-Mail Address
-
PURCHASING AGENT
(adrian.cadena@va.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-250-09-RQ-0381 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies and installation of liposuction equipment used to perform surgical procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. This quote must include liposuction system that includes pulsing ultrasound capability, tumescent fluid injection module, and aspiration system, installation, set up, and training. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. Vendor shall provide all installation and training necessary for items listed. PRICING: Offeror shall provide pricing for liposuction system as listed below. The total price offered shall include all charges necessary to install listed items. Brand Name or Equal: "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" must fully meet the salient characteristics requirements listed in the RFQ. LINE ITEMS: CLIN 1: 1 each Ultrasonic liposuction machine with Tumescence module and suction. Includes: VentX Console, VASER-1, PFMS 115 0001 Instrumentation Kit 115 0004 Skin Port, White/Cork, 10K 130 0004 Probe,3.7mm,3-groove,27cm 130 0016 Probe, 3.7mm, 2-g, 27cm 130 0018 Probe, 2.9mm, 3-g, 26cm 130 0019 Probe, 2.9mm, 3-g, 18cm 130 0020 Probe, 3.7mm, 1-g, 27cm 130 0028 Sterilization Tray 130 0100 4.6 mm, SST-6, 26 cm 130 0103 3.7 mm, SST-6, 26 cm 130 0106 3.0 mm, SST-6, 26 cm 130 0156 Wrench, Handpiece 130 0125 Handle, Delrin, VentX II 420 0050 Cleaning Brush 130 0164 Cannula, Infusion,2MMX30CM 120 0018 Wireless Foot Pedals Fragmentation Handpiece 36k Canister Rack Assembly Starter Disposable Kit (5 infusion and suction tubing, 10 canisters) Installation/ Inservice by RN CEC 115 0009 Face Kit (2-2.2 probes, 1 suction cannula)Or equal, $________ PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions, 52.233-2 (Service of Protest), VAAR 852.233-70 (Protest Content), 852.233-71 (Alternate Protest Procedure), 852.270-1 (Representative of Contracting Officer), 52.212-1(k) (CCR Registration) Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: Offerors quotes must provide evidence of technical compliance as stated in requirements. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet The provision at VAAR 852-211-73, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. A one year warranty is requested. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: VAAR 852.203-70 (Commercial Advertising) and 852.203-71 (Department of Veteran Affairs Hotline Poster), 52.211-6 and VAAR 852.211-73 (Brand Name or Equal). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-21, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-13, 52-232-34. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Questions must be submitted via email to adrian.cadena@va.gov by 12:00 NOON on September 8, 2009. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 05:00 PM EST September 24, 2009. Technical questions and Quotes must be sent by email to adrian.cadena@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-09-RI-0381/listing.html)
- Place of Performance
- Address: Louis Stokes VA Medical Center;10701 East Boulevard;Cleveland, OH
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN01961517-W 20090920/090919001204-1b1338eab6036612e914397ec62f541f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |