Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
DOCUMENT

65 -- Cortrak Feeding Tube/W X-Ray System - Attachment

Notice Date
7/23/2012
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24612Q2060
 
Response Due
7/20/2012
 
Archive Date
10/18/2012
 
Point of Contact
Lori Fischer
 
E-Mail Address
Contract Specialist
(Lori.Fischer@va.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR A FEEDING TUBE SYSTEM BRAND NAME OR EQUAL TO CORTRAK 2 ENTERAL ACCESS SYSTEM AS PROVIDED IN THE LIST BELOW. (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. All Small Businesses submitting an offer must be registered on www.ccr.gov and https://orca.bpn.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA246-12-Q-2060. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. (IV) This procurement is restricted to Small Business Concerns. The associated NAICS code is 339112. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: 1. Brand Name or Equal to CORTRAK 2 EASQTY 1EA CORTRAK 2 Enteral Access System Product#20-0950 Manufacturer Name: Brand: Product No: 2. Brand Name or Equal to CORTRAK 2 EASQTY 1EA QL220 Printer (includes 2 batteries) Product# 20-0918 Manufacturer Name: Brand: Product No: 3. Brand Name or Equal to CORTRAK 2 EASQTY 1EA QL220 Quad Battery Charger (required) Product# 20-0919 Manufacturer Name: Brand: Product No: 4. Brand Name or Equal to CORTRAK 2 EASQTY 1EA Stand Includes receiver unit cover holder. Product# 20-0920 Manufacturer Name: Brand: Product No: 5. Brand Name or Equal to CORTRAK 2 EASQTY 1BOX Stand Plastic covers for receiver unit 100/bx. Product# 20-0930 Manufacturer Name: Brand: Product No: TOTAL COST: (VI) Description of requirements is as follows: Salient Characteristics: -The system must use real-time tracking and visualization of the placement of nasoenteric feeding tubes to reduce the change of misplacement. -2D and 3D views for confirmation of placement. -FDA clearance for feeding tube placement confirmation eliminating the need for x-rays. -FDA approved for reinsertion of stylet while tube is indwelling. -The system must allow the procedure to be done by nursing at the bedside to reduce the risk of transporting a critically ill patient. -The vendor must provide clinical educators with the implementation planning, on-site education training programs and customized protocol development with the hospital education teams. (VII) Required delivery 30 days ARO. Place of delivery is Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249. Delivery shall be FOB Destination to Asheville, North Carolina. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) Evaluation - The Government will award a firm fixed priced contract to the responsible offeror whose offer, conforming to the requirements in this request for quote, will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors: Technical and Price. a. Technical: Ability to provide products which conform to the salient characteristics and requirements listed in this solicitation. b. Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), 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 (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), 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 (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (20) 52.219-28, Post Award Small Business Program Representation (Apr, 2009) (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 VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.211-70 Service data Manuals (Nov, 1984) 852.211-73 Brand Name or Equal (Jan,2008) 852.246-70 Guarantee (Jan, 2008) 852.466-71 Inspection (Jan, 2008) 852.273-76 Electronic Invoice Submission (Oct, 2008) **Note the hard drive WILL NOT leave the VA at anytime. If the unit needs repair the hard drive will be removed by the VA and the unit then sent to vendor for repair without the hard drive. ** (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 3:00 PM, July 26, 2012. (XV) Quotes are required to be received in the contracting office no later than 8:00 A.M. EST on July 30, 2012. All quotes must be mailed or emailed to the attention of Lori Fischer, email address is lori.fischer@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24612Q2060/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-12-Q-2060 VA246-12-Q-2060_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409725&FileName=VA246-12-Q-2060-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409725&FileName=VA246-12-Q-2060-001.docx

 
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: Asheville VAMC;1100 Tunnel Road;Asheville, NC 28805
Zip Code: 28805
 
Record
SN02812314-W 20120725/120723235955-d9b8fddbac665f5aa410f793940c1e94 (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.