Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
DOCUMENT

65 -- V618-A10366 Hemostatis Anticoagulation Unit Medtronic, Inc. - Attachment

Notice Date
8/1/2011
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RQ0600
 
Response Due
8/19/2011
 
Archive Date
9/18/2011
 
Point of Contact
Karen A Cox
 
E-Mail Address
4-2145<br
 
Small Business Set-Aside
N/A
 
Description
Hemostasis Anticoagulation Management System This is a Combined Synopsis/Solicitation, refer to solicitation number VA-263-11-RQ-0600, entitled "Hemostasis Anticoagulation Management System". This document is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation of Commercial Items and incorporates provisions and clauses in effect through FAR FAC-44 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A SEPARATE WRITTEN REQUEST FOR QUOTATIONS DOCUMENT WILL NOT BE ISSUED. The VA will conduct this procurement in accordance with a combination of FAR Parts 12 and 13. The North American Industry Classification (NAICS) Code that applies is 423450 and the small business standard is 100 employees. Contractors are requested to submit a written technical proposal and a separate cost proposal in response to the requirements listed below. A firm-fixed price contract is anticipated. Proposal may be submitted on company letterhead or company bid proposal form. All offers submitted must contain the signature of a person authorized by the company to submit proposals. NOTE: The offeror MUST ADDRESS ALL ITEMS listed below in the VA's requirements, by submitting, in a separate technical proposal, an explanation of how the system and products that are proposed will meet each of the VA's minimum requirements. The Contractor's price and technical proposal must contain the name; title and signature of a person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for equipment offered must also be included in the proposal package. Requirement: The Minneapolis VA Health Care System, One Veterans Drive, Minneapolis MN, 55417, has a requirement for three (3) hemostasis management systems, including an integrated bar-code scanner, and all associated electronic quality controls. The system must be able to monitor multiple channels of circulating heparin/protamine concentration and ACT in a single test. System must be able to be able to generate multipoint heparin dose -response and protamine reversal data, with minimal operator intervention. Connectivity with hospital lab data acquisition system capability. System must be 110V/1P/50-60 Hz/1.2A. Includes operator, service, and cleaning manuals. CONTRACTOR'S PROPOSAL MUST INCLUDE: (1) a Technical Proposal addressing each requirement listed above; (2) a Price Proposal with all stock numbers and a cost per item; (3) Descriptive Literature; (4) three references including names and telephone numbers; (5) a completed copy of provisions 52.212-3 Offeror Representations and Certifications or copy of ORCA registration; (6) Provide the FOB point and shipping charges (if applicable); (7) Address time frames associated with, delivery time after receipt of an order, installation and training. (8) Prompt payment terms (9) Equipment Warranty. Evaluation of proposals will include the following evaluation factors: (a) The technical capability of products offered to meet the government's requirements as listed above (b) contractor's reputation in the trade and past performance history, and (c) price. Award will be made to the offeror determined to offer the "best value to the Government. Technical capability and past performance, when combined, will be weighted significantly higher than price. Evaluation may be made with or without discussion with the offerors. All responsible sources that can meet the requirements and provide the items as listed above, may respond to his solicitation by submitting cost and technical proposals on their company letterhead or bid form. Per FAR 52.252-2 - Clauses Incorporated by Reference, and FAR 52.252-1 - Provisions Incorporated by Reference, the following clauses and provisions shall apply to this solicitation. This contract incorporates one or more clauses and provision by reference, with the same force and effect as if they were given in full text. 52.212-1 Instructions to Offerors Commercial Items; FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; VAAR 852.211-72 Technical Industry Standards; VAAR 852.273-74 Award without Exchanges; 52.212-2 Evaluation - Commercial Items, 52.212-3 Offeror Representations and Certifications, Commercial Items, OFFERORS MUST INCLUDE A COMPLETED COPY of "Offeror Representations and Certifications" along with offer or certify that his company is registered with ORCA; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; VAAR 852.203-70 Commercial Advertising; VAAR 852.211-70 Service Data Manuals; VAAR 852.215-70 Service Disabled Vet Owned and Vet Owned Small Business Evaluation Factors; VAAR 852.215-71 Evaluation Factor Commitments; VAAR 852.246-70 Guarantee; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.246-71 Inspection; 852.273-76 Electronic Invoice Submission; FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Supplies; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Note to offerors: to be awarded a contract, the offeror must be registered in the Central Contractor Registry. CCR information may be found at http://www.ccr.gov. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) available or full text can also be accessed on the internet addresses http://www.arnet.gov/far for FAR clauses and http://www.va.gova&mm/vaar for VAAR clauses. Proposals shall be submitted to the attention of Karen (KC) A. Cox, Purchasing Agent (90C), 708 South Third Street, Suite 200E, Minneapolis, MN 55415. Contact Karen Cox at 612-344-2145, email: karen.cox@va.gov Offeror's proposals must reference solicitation number VA- VA-263-11-RQ-0600 and are due by 3:00pm Central Daylight Time on August 19, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0600/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0600 VA-263-11-RQ-0600_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=225948&FileName=VA-263-11-RQ-0600-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=225948&FileName=VA-263-11-RQ-0600-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1 Veterans Drive;Minneapolis, MN
Zip Code: 55417
 
Record
SN02517927-W 20110803/110802000032-040c249b4ba867034eb092dcd89ed7c9 (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 |
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.