DOCUMENT
65 -- Surgical Service, Aquarius CT Urodynamic System - Attachment
- Notice Date
- 8/31/2015
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26215Q1265
- Response Due
- 9/3/2015
- Archive Date
- 10/3/2015
- Point of Contact
- johnny.kim@va.gov
- E-Mail Address
-
johnny.kim@va.gov
(johnny.kim@va.gov)
- Small Business Set-Aside
- N/A
- 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 solicitation in its entirety; quotes are being requested and a written solicitation will not be issued. Basis for Award under FAR 13.106-2: This procurement shall be conducted under FAR Parts 12 and 13. Award to this solicitation shall be based on the offeror's ability to provide those specific supplies and services (FAR 52.211-6, Brand Name or Equal) stated in the solicitation. Award shall be made to the offeror who can provide an offer that meets the specifications/salient characteristics of the items listed within this solicitation while providing the lowest price. Solicitation number VA262-14-Q-1265 shall be issued as a "Brand Name or Equal" request for quotation (RFQ). All incorporated provisions and clauses shall be in effect throughout this solicitation and award. A Total Small Business Set-Aside shall be used for this solicitation. The North American Industrial Classification System (NAICS) code for this requirement is 339112. Small business size standard is 500 employees. This requirement is unrestricted and only qualified offerors who are capable of providing the requirements under the categories described in this solicitation may submit bids. All firms must be registered with and verified by the following websites: https://sam.gov to be eligible for award. The Department of Veterans Affairs Loma Linda Healthcare System, Loma Linda, California has a requirement for the Aquarius CT Urodynamic and Anorectal System. Listed below is a description of the items being requested in this solicitation. Line ItemStock NumberItem DescriptionQuantityPrice 1AQS2000-DAquarius CT Urodynamic and Anorectal System1 EA TRA1002 Urocap V1 EA COM905Computer, Industrial PC1 EA MON185Monitor, Flat Panel, 19" LCD, Wide (NEC)2 EA PER225Peripherals, Mouse, USB With PS2 Adapter1 EA PER101Peripherals, Keyboard, Dell, 104 Keys, Full Size1 EA PER184Peripherals, Mouse Pad1 EA COM098Bluetooth, USB Adapter1 EA CAB1000USB Cable1 EA POW005110V Power Cord1 EA LAB1001LABORIE Software, NGM Urodynamics Software Package, CT Software1 EA ARM100Ano-Rectal Manometry Software1 EA LIS224i-List, Office Reporter, English, Windows XP/ Windows 71 EA COM397Computer, Hasp Key, Purple1 EA CDR120CD/ DVD, LABORIE Software System, Customized, with Manuals1 EA SOF006Software Applications, NitroPDF Pro Enterprise, 1 EA MAN054Manuals, Quick Start Guide for Anorectal Manometry 1 EA MAN048Aquarius LT/CT/XT Manual1 EA RMX1000Roam DX2 EA FEA262High Fidelity EMG1 EA FEA263Features, EMG, 2nd Channel1 EA CAB1032NGM_EMG Non-Shielded w/ 5pin Lemo, 9 in.1 EA ELE350Electrode, Lead, EMG, Set of 2 Red, 1 Green- Non-Shielded1 EA CAB151EMG, Touch proof Shorting Leads- Non-Shielded1 EA CAB1034NGM_EMG Non-Shielded w/ 5pin Lemo, 6 ft.1 EA ELE350Electrode, Lead, EMG, Set of 2 Red, 1 Green- Non-Shielded1 EA CAB151EMG, Touch proof Shorting Leads- Non-Shielded1 EA MSM1017Mechanical Assembly Sensor Holder- Clip1 EA TRA615Transducer, TDOC Cable- P(ves) UDS Roam, 8 in.1 EA TRA616Transducer, TDOC Cable- P(abd) UDS Roam, 8 in.1 EA TRA617Transducer, TDOC Cable- P (ura) UDS Roam, 8 in.1 EA TRA618Transducer, TDOC Cable- P4 UDS Roam, 8in.5 EA HAR144Hardware, Belt, UDS Roam, 2" x 45"5 EA HAR575Hardware, Lanyard, Adjustable Length with Breakaway Clasp, 2 cm x 125cm1 EA CAB1036Cable, NGM_Medex, Cable w/5 Pin Lemo Plug, 4ft, P11 EA CAB1038Cable, NGM_Medex, Cable w/5 Pin Lemo Plug, 4ft, P21 EA CAB1039Cable, NGM_Medex, Cable w/5 Pin Lemo Plug, 4ft, P31 EA TRA600Transducer, UDS 94, P1 Plate1 EA TRA602Transducer, UDS 94, P2 Plate1 EA TRA604Transducer, UDS 94, P3 Plate1 EA MSM1060Medex Holder - Height Adjustable 1 EA MSM1005Sensor Array Extension 1 EA CHA102Funnel, Washable1 EA CHA171Deluxe Commode Chair1 EA PRI087Printer, Officejet, HP, 61001 EA POW1016Power Cord, 1 Ft., C7 Power Cable, 2 Prong Plug1 EA CAB465Cable, Power Supply Connector Converter to Plug into LIT, North American2 EA MSM1044Shelf- Static1 EA MSM1069Dummy Infusion Hook 2 EA VID035Video Interface Package for Video Cystoscopy1 EA COM880Computer, Video Cable, 25'1 EA COM1002Computer, AccuStream Express HD +1 EA COM895Computer, DVI BNC Adaptor1 EA COM1100Computer, BNC Jack1 EA VID600Video Software, Uropix II1 EA COU040"Hands-On" Urodynamics - A Practical Approach For those who have little or no experience performing Urodynamic tests. Understand the need, components, patient and software preparation, how to run tests, recognize artifact, and basic troubleshooting techniques. Focuses on LABORIE urodynamic equipment. Follows ICS guidelines for technique, annotation, and documentation. One-day presentation, price per registrant. 1 EA Interpretation Course1 EA COU003Course, Fecal Incontinence Diagnostics 1 EA DIS175Graduated Cylinder for Calibration1 EA LVPUDSLABORIE Educational Value Pack1 EA DIS173Graduated Urine Beakers1pk of 10 TUB500Pump Tubing with Infusion Line1pk of 10 ELE428EMG Gel Patch Electrodes pre-wired (pkg/3)1pk of 10 CAT003Anorectal, Manometric, TDOC 4 Channel ARM Catheters1pk of 5 CAT875Abdominal Sensor 7 Fr. TDOC Air-Charged Catheters1pk of 10 CAT895Single Sensor 7 Fr. TDOC Air-Charged Catheters1pk of 10 SERS02ACTAquarius CT Silver Uptime Contract Year 21 EA 2Shipping1 EA Line ItemStock Number"Equal" Item DescriptionQuantityPrice 1 The Government intends to award a firm-fixed price award. Responses to the solicitation shall be due on Thursday, September 3, 2015 at 9:00AM PST. Offerers are advised to review and monitor the website to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Johnny Kim, Contracting Officer at johnny.kim@va.gov. Telephone inquiries will not be honored. Clauses Incorporated by Reference: FAR 52.211-6, Brand Name or Equal FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Include completed copy) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside VAAR 852.237-70, Contractor Responsibilities VAAR 852.270-1, Representatives of Contracting Officers 52.212-1 -- Instructions to Offerors -- Commercial Items. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS All responses/or questions must be in writing via e-mail. (no telephone inquiries will be accepted). Offers may be emailed to johnny.kim@va.gov no later than 9:00AM Pacific Standard time on Thursday, September 3, 2015. Offerors shall fill in the prices being offered in the schedule listed within this solicitation. If submitting a price for an "Equal" item, pricing and item information shall be filled in in the corresponding schedule. (End of Provision) ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS --COMMERCIAL ITEMS - SUB-PART 13.5 TEST PROGRAM This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. 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. The combined synopsis/ solicitation number is VA262-14-Q-1265. This solicitation is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC). This requirement will be procured as a Total Small Business Set-Aside under NAICS Code 339112, 500 employees. The VISN 22 Network Contracting Office, Long Beach, CA, (hereafter referred to as the NCO) will solicit and award this order using Federal Acquisition Regulations (FAR) Part 13 and acquisition of Commercial Items in FAR Part 12. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a 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 factor shall be used to evaluate offers: Basis of Award: Award shall be made to the offeror who can provide an offer that meets the specifications/salient characteristics of the items listed within this solicitation while providing the lowest price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q1265/listing.html)
- Document(s)
- Attachment
- File Name: VA262-15-Q-1265 VA262-15-Q-1265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2289572&FileName=VA262-15-Q-1265-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2289572&FileName=VA262-15-Q-1265-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-15-Q-1265 VA262-15-Q-1265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2289572&FileName=VA262-15-Q-1265-000.docx)
- Record
- SN03863576-W 20150902/150831235352-3412188e617f32ab8c733750f2d8f5a0 (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 |