SOLICITATION NOTICE
65 -- BRAND NAME OR EQUAL TO SORIN GROUP USA INC/BRAT 2 AUTOLOGOUS TRANSFUSION SYSTEM WITH PRINTER
- Notice Date
- 2/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA-246-10-RQ-0221
- Response Due
- 3/8/2010
- Archive Date
- 5/7/2010
- Point of Contact
- Ruth HarrisContract Specialist
- E-Mail Address
-
Contract Specialist
(ruth.harris@med.va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATIONBRAND NAME OR EQUAL TO SORIN GROUP USA, INC/BRAT 2 AUTOLOGOUS TRANSFUSION SYSTEM WITH PRINTER (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA-246-10-RQ-0221. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 423450. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Brand name or equal to Sorin Group USA INC., Catalog Number 007 320 200 BRAT 2 AUTOLOGOUS TRANSFUSION SYSTEM WITH PRINTER. (IN-SERVICE TRAINING INCLUDED) QTY 1 EACH Brand name or equal to Sorin Group USA INC., Catalog Number 007 214 100 BRAT 2 PROCEDURE SET, STANDARD VOLUME. QTY 2 EACH Brand name or equal to Sorin Group USA INC., Catalog Number 007 213 100 BRAT 2 PROCEDURE SET, LOW VOLUME. QTY 2 EACH Brand name or equal to Sorin Group USA INC., SERVICE MANUAL (48CFR, Ch 8; 852.211-70) (one copy on CD). QTY 2 EACH Brand name or equal to Sorin Group USA INC., OPERATOR MANUAL (48CFR, Ch 8; 852.211-70 (one copy on CD). QTY 2 EACH BIOMEDICAL TRAINING: Provide all applicable cost (if any); provide location, length of training, and frequency offered. Can the training be provided on site? If so, at what cost and required parameters QTY 1 EACH (VI) Description of requirements is as follows: Salient Characteristics: -System primary function is blood recovery -Must offer both automatic and manual modes of operation -Saline wash volumes (available in automatic mode); greater than 1,000ml (required for ortho cases) - Contain an integral regulated aspirator. -Parameter displays must provide: Cycle Mode, Pump, Wash Speed, Wash Volume, Operator Messages (to include alarms and warnings), as well as individual and cumulative bowl tallies. -Warranty shall be one year, parts and labor minimum Training/Inservice (Applications): -Cost of training/service "after" initial purchase of equipment -Availability of vendor to provide service and in what timeframe -Would additional contracts be required for this service? If so, at what cost and how much notice would be required? Maintenance: -Service manuals must be completed to include: theory of operation, troubleshooting, "complete" parts breakdown and all applicable schematics (ie, pneumatic, hydraulic, electrical, etc) -Provide "ALL" parts on request with no requirement to attend service training (to be stated in proposal) Other: -Provide documentation of government facilities where this equipment is already in use. Identify references with points of contacts and telephone numbers. (VII) Required delivery 5 days ARO. Place of delivery is VA Medical Center, 27 Averill Avenue, Hampton, Virginia 23667. Delivery shall be FOB Destination to Hampton, Virginia. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June, 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (August, 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: the Government will award a firm fixed price 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. The following factors shall be used to evaluate offers: a) technical capability-offers that meet all salient characteristics; b) delivery-offers must state delivery time; c) price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (March, 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (December, 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clause is also applicable to this acquisition: 52.211-6 Brand Name Or Equal (Aug 1999) (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 12:00 PM, March 4, 2010. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. EST on March 8, 2010. All quotes must be mailed or emailed to the attention of Ruth B. Harris, email address is ruth.harris@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA-246-10-RQ-0221/listing.html)
- Record
- SN02076165-W 20100227/100226094206-bfad291ebdcc8463d3e0f9e14bbc689c (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 |