DOCUMENT
65 -- CLINICAL MONITORING SYSTEM - Attachment
- Notice Date
- 8/20/2012
- Notice Type
- Attachment
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24612Q3326
- Response Due
- 8/22/2012
- Archive Date
- 8/27/2012
- Point of Contact
- Darla J Hurlock
- E-Mail Address
-
8-3120<br
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION BRAND NAME OR EQUAL TO EV1000A CLINICAL MONITORING SYSTEM (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 bidders must also 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-3326. This solicitation is a request for a minimally invasive hemodynamic monitoring system, to be delivered to the VA Medical Center, Durham, North Carolina, that meets the requirements within this solicitation. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This procurement is set-aside 100% for small business concerns. The associated NAICS code is 423450 and the small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial supplies that meet the following salient characteristics and requirements: Salient characteristics: Clinical platform that includes monitor and databox; selectable parameters; scalability and adaptability in both OR and ICU settings. Power and Electrical: AC Mains: 100-240 VAC, 50/60 Hz; 24V power adapter / 1.5 A Max Color Monitor: 800 x 600 / 10.4 in TFT, 230 cd/m brightness; 500:1 contrast ratio Measuring Time: CO updated every 20 seconds or 5 minutes; ScvO2, updated every 2 seconds Trend Range: 0.1 “ 72 hours Monitor Display: Active Area: 257 mm (10.4 in); Resolution: 800 x 600 LCD Monitoring Operating System: Windows XPe Monitor Speaker Count: 2 The following items, brand name or equal to the listed Edwards Lifesciences LLC products, are requested. If offering an equal product, provide the manufacturer name, brand, and product number along with unit pricing: CLIN 0001Brand name or equal to EV1000A clinical monitoring system, quantity 2 each Product Number: EV1000A Manufacturer: Brand: Product Number: Unit Price: CLIN 0002:Brand name or equal to VIG2 Vigilance II monitor, indicate new or refurbished, quantity 2 each Product Number: VIG2 Manufacturer: Brand: Product Number: Unit Price: CLIN 0003:Brand name or equal to EVFTCL FloTrac cables, quantity 2 each Product Number: EVFTCL Manufacturer: Brand: Product Number: Price: CLIN 0004:Brand name or equal to SVCPEV Standard EV1000 roll stand, quantity 2 each Product Number: SVCPEV Manufacturer: Brand: Product Number: Price: CLIN 0005:Brand name or equal to 70CC2 Cardiac output cable, quantity 2 each Product Number: 70CC@ Manufacturer: Brand: Product Number: Price: CLIN 0006:Brand name or equal to EVTPSRV12 Total protection service (2 years), quantity 2 each Product Number: EVTPSRV12 Manufacturer: Brand: Product Number: Price: CLIN 0007:Brand name or equal to VIG2TPSRV12 Total protection service (2 years), quantity 2 each Product Number: EV1000A Manufacturer: Brand: Product Number: Price: (VI) Description of requirements is as follows: (VII) Required delivery 30 days ARO. Place of delivery is VA Medical Center (558), Warehouse/Receiving, 508 Fulton Street, Durham, North Carolina, 27705. Delivery shall be FOB Destination to Durham, North Carolina. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June, 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (August, 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: the Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a) technical capability-offers that meet all salient characteristics; award will be to the lowest price offer found to be technically acceptable. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009), 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 (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), 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 (Jul 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011); 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-3, Alternate I, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-34, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). (XIII) The following clauses under subparagraphs (c) and (d) apply: none. (XIV) The following VAAR clauses are also applicable to this acquisition: 852.203-70, Commercial Advertising (Jan 2008) 852.211-73, Brand Name Or Equal (Jan 2008) 852.246-70, Guarantee (Jan 2008) 852.246-71, Inspection (Jan 2008) 852.273-76, Electronic Invoice Submission (Oct 2008) (XV) The following VAAR provisions apply to this acquisition: 852.233-70, Protest content/Alternative Dispute Resolution (Jan 2008) 852.233-71, Alternate protest procedure (Jan 1998) 852.273-70, Late Offers (Jan 2003) 852.273-72, Alternative Evaluation (Jan 2003) 852.273-74, Award without Exchanges (Jan 2003) (XVI) Quotes are required to be received by the Contracting Officer electronically via email to darla.hurlock@va.gov no later than 12:00 P.M. EDT on August 24, 2012. NO FAXED OR HARD COPY MAIL OFFERS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24612Q3326/listing.html)
- Document(s)
- Attachment
- File Name: VA246-12-Q-3326 VA246-12-Q-3326_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=447689&FileName=VA246-12-Q-3326-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=447689&FileName=VA246-12-Q-3326-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-12-Q-3326 VA246-12-Q-3326_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=447689&FileName=VA246-12-Q-3326-000.doc)
- Record
- SN02846743-W 20120822/120820235632-5ab0b3ac86d4c8629801e6a43f37ca0c (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 |