SOLICITATION NOTICE
65 -- PICC Kits for Bard Ultrasound Machine
- Notice Date
- 5/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
- ZIP Code
- 99205-6197
- Solicitation Number
- VA26010RQ0670
- Response Due
- 5/14/2010
- Archive Date
- 6/28/2010
- Point of Contact
- Grant J Furulie
- E-Mail Address
-
cting
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.3, as supplemented with additional information included in this notice. The VA Medical Center in Spokane Washington is seeking to establish a Blanket Purchase Agreement (BPA) for PICC Kits for use with a Bard Ultrasound Machine. Only one BPA will be awarded from this announcement. The term of the BPA will not exceed five years. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-260-10-RQ-0670, is issued as a Request for Quotation (RFQ) to establish a BPA. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 effective April 22, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 339110, Size Standard: 500 Employees. This procurement is unrestricted. BPA Clauses and Provisions: Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All proposals will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. Addenda to FAR 52.212-1 are as follows: FAR 52.211-6 Brand Name or Equal (Aug 1999), and VAAR 852.214-73 Alternate Packaging and Packing (Jan 2008). The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009). Addenda to FAR 52.212-4: FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.246-2 Inspection of Supplies - Fixed-Price (Aug 1996), FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.216-70 Estimated Quantities (Apr 1984), and, VAAR 852.246-71 Inspection (Jan 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006)-with Alternate I (Oct 1995), (10) 52.219-8, Utilization of Small Business Concerns (May 2004), (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (19) 52.222-3, Convict Labor (June 2003), (20) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009), (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (22) 52.222-26, Equal Opportunity (Mar 2007), (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007), (30) 52.225-1, Buy American Act--Supplies (Feb 2009), (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), and (39) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999). BPA Terms and Conditions: Supplies furnished under this BPA-- Item 0001, Quantity -- 1, Unit of Issue -- Case, Unit Price - $______________ Kit-PICC, the contents of kit shall include all of the following: PICC with a Preloaded Sherlock Stylet, (this is mandatory in order for the kit to work with existing equipment); Connector, T-lock with injector port; Micro-introducer; Guide-wire, 0 018" floppy tip; Scalpel Safety; IV Catheter safety 20 GA; Needle Hypodermic safety 25 gage x 5/8; Filter Straw (2 each); Wound closures package of 3 (two each); Transparent Dressing; Drape fenestrated; Towel absorbent; Poly under-drape; Tourniquet latex-free; Face mask (two each); Surgical tape; Scissors; Measuring tape (two each); End cap (two each); Syringe 12 ml luer-lock late free (three each); Surgical gloves sterile latex-free; Chlora-Prep solution applicator; Saline 10 ml (two each); Alcohol wipe; Lidocaine 1% plain, 5 ml ampule; Gauze pad 4" x 4" (ten each); Gauze pad 2" x 2" (six each); StatLock catheter stabilization device; TLS sensor pouch (two each); Introducer, Safety Peripheral IV Catheter 20 Ga.; Introducer Needle Safety 21 Ga.; and, Wipe, Alcohol. There are five kits per case. Manufacturer: Bard Access Systems, Part Number is 9275108 (Or Equal). Bidding On- Manufacturer Name: ____________________, Brand(s): _________________________, Part Number: ________________________. Company must state how long the Unit price is effective (i.e. 6 months, 1 year, etc). The company should provide a separate price list providing quantity discounts if larger quantities are ordered and if additional VAMCs within VISN 20 order from this BPA. FOB point is Destination (The Contractor is responsible for all freight charges): Department of Veterans Affairs, General Warehouse - Building 14, 4815 North Assembly Street, Spokane, WA 99205. Delivery shall be made no later than five (5) calendar days after receipt of each placed call. Proposed Delivery Date: ________________ All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the like salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make/Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. Prevailing Terms and Conditions - All order placed against this BPA are subject to the terms and conditions of the clauses and provisions in full text or incorporated by reference. Term of the BPA - This BPA will not exceed five years from the date of award. Prices will be reviewed annually and/or if the product (kit) is replaced by the manufacturer with a newer like item. Obligation of Funds - This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually listed under the BPA by the Contracting Officer and/or Ordering Office designated in writing by a Contracting Officer. Authorized Users - Government Contracting Officers, or Ordering Officers designated in writing, representing VISN 20 - Contracting are the only users authorized to place orders under this BPA. Any authorized user shall only be allowed to issue an order under this BPA if funds are certified and the BPA awarding office's Task Order number is assigned. BPA holders shall not accept or perform any purported order that does not contain a Task Order Number. Other VA Medical Centers in VISN 20 that may use this BPA include, but not limited to, Washington - Seattle, Spokane, Tacoma, Vancouver and Walla Walla; Oregon - Portland and White City; and, Idaho - Boise. Invoices - Invoices will be submitted monthly to the address shown in block 18a of the SF1449 for the total quantity ordered/delivered for that specific month. The quantities shown in the annual Task Order are estimated and the contractor shall only invoice for the actual quantities ordered/delivered. The Contractor and/or Ordering Officer shall not exceed the annual estimated quantities set forth in each Task Order unless a modification is received from a Contracting Officer. End of Terms and Conditions of the BPA. Other Information: There were 227 PICC Lines set in 2009 and 187 set in 2008. It is expected approximately four cases will be ordered per month but may increase or decrease depending on the number of patients and lines inserted. This is an estimated quantity and actual quantities will be ordered as required. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by May 14, 2010, 1:00 PM Pacific Standard Time. The assigned Contracting Officer is Grant Furulie. Quotations can be mailed, faxed or emailed to: Spokane VA Medical Center, Attn: Grant Furulie-Contracting, 4815 North Assembly Street, Spokane, WA 99205; Fax: 509-434-7101; E-mail: grant.furulie@va.gov. Quotation shall be marked with the Request for Quote number VA-260-10-RQ-0670. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA26010RQ0670/listing.html)
- Record
- SN02141341-W 20100507/100505235347-ccd1e79baa1ebab66a096ed713de8eeb (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 |