DOCUMENT
65 -- IABP with IntelliSense - Albany - Attachment
- Notice Date
- 5/17/2011
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- VISN 2 NCA (2-90);CONTRACTING OFFICER;Department of Veterans Affairs Syracuse;1304 BUCKLEY RD, SUITE C102;Syracuse NY 13212
- ZIP Code
- 13212
- Solicitation Number
- VA52811RQ0195
- Response Due
- 5/27/2011
- Archive Date
- 7/26/2011
- Point of Contact
- VISN 2 NCA (2-90)
- E-Mail Address
-
UCKLEY
- 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the intent of the VISN 2 NCA (2-90, Contracting Office, 1304 Buckley Rd, Suite C102, Syracuse, NY 13212, to negotiate a sole source procurement with MAQUET CARDIOVASCULAR US SALES, LLC, 45 BARBOUR POND DR, Wayne, NJ 07470-2094. This requirement is to provide two (2) CS300 IABP with IntelliSense and one (1) year warranty. System is supplied with standard accessories including: 5-lead Shielded ECG Patient Cable, Shielded Patient Leadwires, External Signal Cable, Combination Operating/Service manual, Helium - 3 refillable tanks, 104L, Safety Disc, Condensate Removal Module, Chart Paper for recorder (10 rolls), Saline Pole Kit Doppler, External low-level BP output cables, Fiber Optic cleaning swabs and solution, Storage Pouch, Handheld Doppler and further requirements as described below. The CS300 IABP with IntelliSense is provided on a commercial basis, but the only source of this specific brand of equipment is Codman (Johnson & Johnson Healthcare Systems Inc.), the offeror and incumbent contractor. No other sources can provide the CS300 IABP with IntelliSense. This procurement is being conducted under the authority of Far 6.302-1. Only one responsible source and no other equipment or training will satisfy agency requirements; therefore, full and open competition is determined inappropriate for this acquisition. This notice is for information only and may represent the only official notice of such solicitation/synopsis, however, the Government will consider all proposals received on or before due date identified below. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal. A copy of the provision may be attained from http://www.arnet.gov/far/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The offeror shall also provide its Commercial and Government entity code, DUNS number, and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of the information added to CCR. To register, go to http://www.ccr.gov/. The Federal Contractor Program requires that any contractor receiving a contract in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. NAICS Code is 339112, Size Standard, 500. Offers are due by May 27, 2011, at 1400 hrs, 2:00pm EDT, at the VISN 2 NCA (2-90), Contracting Office, 1304 Buckley Rd, Suite C102,. Syracuse, NY 13212, to the attention of the assigned Contracting Officer, Steven S. Tompkins ELECTRONIC (steve.tompkins@va.gov) OR FAXED (315-425-4883) OFFERS WILL BE ACCEPTED only with verbal confirmation of receipt by the Contracting Officer at 315-425-4693. ? DESCRIPTION OF REQUIREMENTS: ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 2.00 EA ___________________ ____________________ Product Number: 0998-31-3023--53C8300 IABP with IntelliSense with a 1 year warranty. System supplied with the following: 5 lead shielded ECG patient cable Shielded patient leadwires External Signal Cable Helium - 3 refillable tanks, 104l Condensate removal module 10 rolls of chart paper Saline pole kit Doppler External low-level BP output cables Fiberoptic cleaning swabs and solution Handheld dopple Storage pouch Operating and Service manual 2 2.00 EA ___________________ ____________________ Product Number: maquet cardioovascular USTrade in credit for 1 non-datascope manufactured IABP 3 1.00 EA ___________________ ____________________ Product Number: Trng-02-0000 5 day bio-medical traiining for 1 hospital employed biomedical engineer 4 1.00 EA ___________________ ____________________ Product Number: 0998-00-0308Patient Simulator for C8300/Cs100 5 1.00 EA ___________________ ____________________ Product Number: clinicl suppoort24 hour clinical support 6 1.00 EA ___________________ ____________________ Product Number: Initial CliniicalNo charge initial education on IABP 7 1.00 EA ___________________ ____________________ Product Number: [DAvailable 24 / 7 Remote support via Win-IABP 8 1.00 EA ___________________ ____________________ BIO MED CALIBRATER TEST EQUIPMENT. 9 1.00 EA ___________________ ____________________ SERVICE MANUALS 10 2.00 EA ___________________ ____________________ USER/OWNER OPERATOR MANUALS ____________________ GRAND TOTAL --- ==================== Test Equipment Required o Dual trace oscilloscope o Digital multimeter (3-1/2 Digits) 0.3% accuracy or better o ECG simulator and signal generator o Digital Pressure Manometer, with ± 0.25 mmhg full scale accuracy, and the display resolution must have 2 decimal places. (i.e. 200.00 mmhg) Examples: (0-500mm range, F.S. accuracy.05% = ± 0.25 mmhg) (0-20PSI or 0-1034mmhg range, F.S. accuracy.025% = ± 0.25 mmhg) o Safety analyzer o Centimeter ruler o 0 - 30 inch pound torque limiting screwdriver (with 4 mm hex bit) o Loctite #242 thread locker Special Items Required o Non-wired 1/4" stereo phone plug (P/N 0134-00-0016) o 45.75 cc calibration chamber (P/N 0683-00-0314) o 38.5 cc precision calibrated syringe (P/N 0453-00-0154) o 60 cc syringe (P/N 0103-00-0026) o Luer plug (P/N 0103-00-0211) o Helium cylinder (0075-00-0024-01) o Catheter extender (P/N 0684-00-0186) 10 pack o 40 cc Datascope Demo Balloon (P/N 0684-DO-0480) o Sensor Module Tester (P/N 0992-00-0245) o Low Level Output Cable (0012-00-1589-02) o Atmospheric transducer tubing adapter P/N 0008-04-0002 P/N 0103-00-0338-02 o System Trainer (P/N 0998-00-0308) TRNG-02-0000- 5 Day BioMedical Training Class
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52811RQ0195/listing.html)
- Document(s)
- Attachment
- File Name: VA-528-11-RQ-0195 VA-528-11-RQ-0195.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201444&FileName=VA-528-11-RQ-0195-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201444&FileName=VA-528-11-RQ-0195-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-528-11-RQ-0195 VA-528-11-RQ-0195.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201444&FileName=VA-528-11-RQ-0195-000.docx)
- Record
- SN02450017-W 20110519/110517234727-b836f25b76ced46aacf4d580f428abd8 (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 |