Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

65 -- Respiratory Equipment

Notice Date
8/14/2012
 
Notice Type
Presolicitation
 
Contracting Office
1201 NW 16th Street, Miami, FL 33125
 
ZIP Code
33125
 
Solicitation Number
VA248-12-Q-2475
 
Response Due
8/17/2012
 
Archive Date
2/13/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number VA248-12-Q-2475. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 389893. VA Federal Supply Schedule (VA FSS) Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing VA FSS contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective VA FSS contract AND upon approval from the soliciting Contracting Officer. Information regarding VA FSS contracts can be found at www.fss.va.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-17 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Miami, FL 33125 The VHA NCO 08 - 546 - Miami, FL requires the following items, Exact Match Only, to the following: LI 001, 777777404-10 CAREFUSION-VMAX ENCORE Vmax Encore VS 22 Pulmonary Function Measurement ModulesVmax Series: (Clearance to Market 510(k) Spirometmry/Pulmonary Function Test procedures: Calibration, Pre&Post-Medication testng Bronchodilator Overlays, Flow Volume Loop, Lung Subdivision (Slow vital capacity) Maximum Voluntary Ventilation, Lung Volume Determination (N2 Method), Gas Distribution, closing volume, diffusing capacity-single breath, diffusing capacity-intrabreath Software & Report: Vision software program include extensive help menus and computer instruction tutorial presented in a user friend Microsoft Windows Menu environment, data base management with EZView & BarTrac Graphic Presentation System Includes: One Vmax Encore Module (each 15" x 6" x 15")Three (3) Mass Flow Sensor with Kelvin-Sensing Circitry rapid response analyzer with real time displays: Pressure Balance and Auto Calibration, Two (2) removable pulmonary function breathing circuits, operator/ service & computer, 1, EA; LI 002, 773835-103INSTRUMENT ASSY V62W AUTOBOX: Vmax extra-wide Whole Body Plethysmograph with wheelchair ramp and extended front plexiglass. Large cabin space (71.8 inches H x 67.5 inches W with door open x 80 inches D with ramp and door open): Weight 325 lbs; Internal Volume 1350 ;oters Testing capabilities-SVC RAW, VTG, FVC and Compression free flow Volume Loops (complete all tests in one or separate individuall); RAW and VTG in panting or quiet breathing modes; Rotating arm allows for testing outside of cabin; Adjustable patient chair height; Remove chair and test patients in wheelchair, cabin accomodates adult or parent holding small child., 1, EA; LI 003, Product Number: 11582BODYBOX WHEELCHAIR, 1, EA; LI 004, Product Number: 774292-101KIT NITROGEN LUNG VOL W/GAS V62J: FRC Calibration Kit for Autobox with Gas: Allows for Nitrogen Washoput Lung Volume determination in Spectra Autobox, 1, EA; LI 005, Product Number: 775140-101ASSY CONSOLE 110V VMAX M BASIC: Portable Console with 110Volt Isolation Transtormer: Open-ended architiecture with small dimmension platform (38'Hx23"Wx23"D); Large 5" wheels for easy moving in and out of elevator, 1, EA; LI 006, Product Number: 769734GAS & HOSE KIT TABLE VMAX 22: Table Gas & Hose Kit, 1, EA; LI 007, Product Number: 775141KIT ARM CONSOLE: ADJUSTABLE LC CART SUPPORT ARM: TENSION-ENGINEER FOR SMOTH MOVEMENT; FREELY ROTATES; EXTENDS TO 44"(112cm); ROTATES 360 DEGREES HORIZONTALLY AND 150 DEGREES VERTICALLY., 1, EA; LI 008, Product Number: 96011MONITOR, 20"2001FP DE;;, 1, EA; LI 009, Product Number: 11988-301OPTIPLEX XE WIN XP VMAX 115V ENGL: Dell Optiple XE WIN XP SVCPK 3, Minitower, Core 2 Duo E7400/ 2.8GHz, 3M,1066FSB; Dual Intel Gigabit NIC; 160GB SATA 3.0Gb/s and 8MB Data Burst Cache: DVD/-RW,2.0GBNon-ECC,667MHz Serial port adapter,Combo Full Heightriser Monitor sold separately Window XP Proc sP3 with Mindow 7 Business, 1, EA; LI 010, Product Number: 467203AS500 SOUND BAR FOR DELL 1703FP MTR Sound/spealer system located on bottom of flat panel, 1, EA; LI 011, Product Number: 11963KIT,HP OFFICEJET 6000 COLOR PRINTER: Includes USB cable, and IEC to US Female power cord adapter, 1, EA; LI 012, Product Number: 775543VMAX SPECTRA BRONC CHAL OPT CRYPKEY: BRONCHIAL CHALLENGE TESTING SOFTWARE OPTION INPUT OWN CHALLENGE TESTING PROTOCOLS INTO VMAX SOFTWARE OR USE ANY OF THE DEFAULT CHALLENGE TESTS AVAILABLE. UP TO 10 PROTOCOLS AVAILABLE WITH UP TO 20 LEVEL PER PROTOCOL, 1, EA; LI 013, Product Number: 775542VMAX SPCTRA PULM INTERP OPT CRYKEY: Pulmonary Interpretation Software Optio: Computerized Ellis Interpretation for pulmonary funtion testing applications of Spirometry, Lung Volume and DLCO, 1, EA; LI 014, Product Number: 775550VMAX SPCTRA RDM OPT CRYPKEY: Relational Data Manager Software Option: Set up own search patterns and reports (up to 20) or use any of the pre-designed query and reports. Search on any/all demographic, pulmonary, metabolicm and all other data within database, including use of test procedures codes., 1, EA; LI 015, Product Number: 776142SPECTRA MAX PRESSURE OPTN CRYP: Maximum Pressure option for both Inspiratory and Expiration pressure (MIP/MEP), 1, EA; LI 016, Product Number: 720245SYRINGE 3 LITER MANUAL CALIBRATION, 1, EA; LI 017, Product Number: 771671KIT CALIBRATION GAS WMAX CART/CNSL: E-Cylinder Cal 1, Calibration Gas Kit (16/4% Cylinder, Hose Regulation, Wrench), 1, EA; LI 018, Product Number: 97075-PM3-OSPULMONARY OR EXERCISE ONSITE TRAINING: Pulmonary OR Exercise Onsite training course for 3 days with a clinical Specialist. Student will participate in an interactive session on the proper operation of the instrument Includes AARC CRCE credits for 2 persons. Cancellation notice must be given 3 weeks prior to the start of the class, or penalities may be applied, 1, EA; LI 019, Product Number: 97021-204EXT WAR-VMAX 22/ 19/ 229E-FLEX PLAN-4YRS: Ext Warr-Vmax Encore-Flex Plan: Includes, Modules Protection- Unlimited replacements/exchange of all parts, components or Vmax modules plus labor necessary for repair.. Freight included, Labor and travel is inclded for three on-site service calls per year. Preventive Maintenance calls are not required and therefore are not included. At customers request one of the three calls can be used for an on- site System Performance Check and Certification. Additional on-site support is available at a discount of 25% off prevailing hourly rates for labor and travel; Capitated Operating Expenses- provides unlimited replacements of patient breathing circuit components. (Including Mass Flow Sensors, sensor cables, breath valves, sample lines, caps and diaphragms and related hoses); VCare connect-remote service support included at no charge. Software updates-Revisions to the originally purchased software version of CareFusion operating software. Peripherals Protection-Provides for unlimited parts replacement and protection for the computer printer and associated components. Service is limited to the peripherals purchased directly from CareFusion with Vmax systems; Preferred Tech suport Assistance available 24/7 via premium telephone and/or On-line Support via the Internet. Budget Protection-10%, 1, EA; LI 020, 776243-102 1 ELECTROMAGNETICALLY- Braked bicycle ergometer especially designed for exercise tests. Load 20-999 WATT, REVP; ITOM ramge 30 130 RPM, integrated communication protocol for systems supplies. Integrated isolation transformer, manual adjustment of saddle height from 120-210 CM, adjusted handle bar, dimension (L 35.4 inches x W 18.1 inches H 52.4 inches, bike weight 134.5 LBS., Power supply 90-265v the ERGO meter is certified for use for a maximum weight of 308LBS, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 08 - 546 - Miami, FL intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 08 - 546 - Miami, FL is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. Except as required by 8.003, or as otherwise provided by law, agencies shall satisfy requirements for supplies and services from or through the sources and publications listed below in descending order of priority -- (1) Supplies. (i) Agency inventories; (ii) Excess from other agencies (see Subpart 8.1); (iii) Federal Prison Industries, Inc. (see Subpart 8.6); (iv) Supplies which are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see Subpart 8.7); (v) Wholesale supply sources, such as stock programs of the General Services Administration (GSA) (see 41 CFR 101-26.3), the Defense Logistics Agency (see 41 CFR 101-26.6), the Department of Veterans Affairs (see 41 CFR 101-26.704), and military inventory control points; (vi) Mandatory Federal Supply Schedules (see Subpart 8.4); (vii) Optional use Federal Supply Schedules (see Subpart 8.4); and (viii) Commercial sources (including educational and nonprofit institutions). 808.002 Priorities for use of Government supply sources. (a) Supplies. (1) As used in FAR 8.002(a)(1)(i), the term ???agency inventories??? includes Supply Fund Stock and VA Excess. (2) A national committed use contract awarded by the VA National Acquisition Center has a priority between wholesale supply sources (FAR 8.002(a)(1)(v)) and mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). (3) Federal Supply Schedule contracts awarded by the VA National Acquisition Center in Federal Supply Classification (FSC) Groups 65 and 66 shall be mandatory for use by VA and shall have the same order of priority as mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). VA contracting officers must place orders against Federal Supply Schedules contracts awarded by the VA National Acquisition Center in FSC Groups 65 and 66 in the following descending order of priority: (i) Nationally awarded Blanket Purchase Agreements (BPAs), issued by the VA National Acquisition Center against Federal Supply Schedules. (ii) Multi-VISN, single-VISN, or locally awarded BPAs, issued by VISN, regional, or local VA contracting officers against Federal Supply Schedules. (iii) Federal Supply Schedules without BPAs. (4) Indefinite delivery indefinite quantity (IDIQ) contracts, awarded by VISN, regional, or local facility VA contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts shall have an order of priority between optional use Federal Supply Schedules (FAR 8.002(1)(a)(vii)) and commercial sources (including educational and nonprofit institutions) (FAR 8.002(1) (a)(viii)). VA contracting officers must place delivery orders against IDIQ contracts, awarded by VISN, regional, or a local facility contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts in the following descending order of priority: (i) VISN or regionally awarded contracts. (ii) Locally awarded contracts. 819.7004 Contracting Order of Priority. "In determining the priority applicable this acquisition, the contracting officer shall consider" (OA), in the following order of priority, contracting preferences that ensure contracts will be awarded: (a) To SDVOSBs; (b) To VOSB, including but not limited to SDVOSBs; (c) Pursuant to??? (1) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (2) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and (d) Pursuant to any other small business contracting preference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA248-12-Q-2475/listing.html)
 
Place of Performance
Address: Miami, FL 33125
Zip Code: 33125
 
Record
SN02838616-W 20120816/120815000414-a042901e6d4e8355efcd6eb98b24cbf6 (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.