Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
DOCUMENT

65 -- Anesthesia System - Attachment

Notice Date
7/10/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917Q0879
 
Response Due
7/13/2017
 
Archive Date
7/28/2017
 
Point of Contact
Thomas Allman
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is VA248-17-Q-0460. This acquisition is a 100% Service Disabled Veteran Owned Small Business/Veteran Owned Small Business set aside. The Nashville, VAHC, Nashville, Tennessee, requires the following: DESCRIPTION OF REQUIREMENT: Anesthesiology System (Brand Name or Equal) QTY Unit Description Price 12 EA Aisys CS2 Arch w/ecoFlow $________ TO INCLUDE THE ITEMS LISTED BELOW: QTY ITEM NUMBER DESCRIPTION 12 1011-9050-000 Aisys CS2 12 2065401-001 FRAME TROLLEY - 4 DRAWER - NO MONITOR RACK- SPECTROLITE CONFIGURATION 12 2064565-001 Manuals and Software English for USA 12 2065381-001 DISS Pipeline Fittings, ANSI Colors O2 Right, O2 Drive 12 206359-001 N2O Pipeline DISS Fiting 12 2064584-001 Pressure Control Modes Suite 12 2064585-001 Spontaneous Breathing Modes Suite 12 2064586-001 VCV- Cardiac Bypass Mode 12 2064587-001 CPAP PSV Ventilation Mode 12 2064588-001 ecoFLOW Software Option 12 1009-8159-000 Bag support arm 12 1011-8094-000 Active Adjustable Flow AGSS. High Vacuum, variable flow with bag indicator 12 1011-8289-000 100-120v NEMA 4 socket, individual circuit breakers 12 1011-8070-000 ACGO (Auxiliary Common Gas Outlet) 12 1011-8040-000 O2 cylinder connection, pin indexed yoke, Inboard 12 1011-8050-000 Air cylinder connection, pin indexed yoke, Inboard 12 1011-8058-000 N2O cylinder connection, pin indexed yoke, Outboard 12 1011-8074-000 O2 gas power outlet DISS 12 1011-8320-000 Folding Side Shelf 12 1011-8365-000 IV pole arm mount 12 2065395-001 SUCTION REGULATOR 3 MODE DISS PIPELINE FITTING 12 1009-8164-000 Suction bottle mounting arm 12 1009-5935-000 Remote on/standby switch-AM to Aisys, DisVent extension cable 12 M1199109 CARESCAPE Respiratory Module, E-sCAiO 12 M1182629 D-fend Pro Water Trap Dark Steel Blue (for E-sCAiO)(1 case / 10 units) 12 CF-8004463 Exhaust line with Colder fitting. 18cm/7in 12 1006-4192-000 Dovetail hook 12 1100-9029-000 Aladin 2 Cassette for Isoflurane 12 1100-9030-000 Aladin 2 Cassette for Sevoflurane 12 1100-9025-000 Aladin 2 Cassette for Suprane (Desflurane) 12 M1135098 Cassette Filler Guard 12 CF-1100-3025-000 Easy-fil Bottle Adapter, Isoflurane 12 1100-3028-000 Easy-fil Bottle Adapter, Sevoflurane 12 1407-7021-000 EZ Change Module 12 CF-M1229644 ABS Start-up Kit, 72 in. LimbO, Bag Support Arm 12 CF-8004459 ABS Bag Arm Connector, Reusable 12 CF-8004515 Patient tube, hytrel 12 CF-M1173311 Multi Absorber Medisorb EF, Disposable, 6/pkg 24 1503-3858-000 Offset Flow Sensor - disposable 12 1407-7022-000 Flow sensor module 12 1001-8886-000 DISS EVAC suction wall adapter, magenta 12 1009-8203-000 Evac hose assemblies Diamond VAC, 5m/ 16.4ft 12 0231-1018-816 Evac hose assemblies Diamond EVAC, 4.6m/ 15ft 12 1006-8082-000 Suction Mounting Post 12 1011-8337-000 Cable management arm 12 1001-3269-000 CASTrGARDs 12.7 cm/5 in grey, set of four 12 1503-3857-000 Plug O2 Port Kit 12 1001-8896-000 Auxiliary Dovetail lamp kit, goose neck 12 0231-1018-810 DISS, H-I-T, Diamond, O2 hose assembly, 4.6m/ 15 ft 12 2031-1018-811 DISS, H-I-T, Diamond, N2O hose assembly, 4.6m/ 15 ft 12 2031-1018-812 DISS, H-I-T, Diamond, Vac hose assembly, 4.6m/ 15 ft 12 2031-1018-813 DISS, H-I-T, Diamond, Air hose assembly, 4.6m/ 15 ft 12   Anesthesia Options - Standalone 12 1006-8284-000 Upper shelf kit 87.5 cm/34.5 in wide with cable mgmt raceway 12 2002720-001 Mount, horizontal channel adapter plate w/slide 6 EA Carestation 650 Select Package $________ TO INCLUDE THE ITEMS LISTED BELOW: QTY ITEM NUMBER DESCRIPTION 6 1012-9650-000 Carestation 650 A1 6 2091345-004 CARESTATION 650 SELECT PACKAGE 6 M1809046 AUXILIARY O2 + Air 6 M1809008 ARTICULATING ANES DISPLAY ARM, VERTICAL CONFIGURED MONITOR MOUNT 6 M1809134 AGSS ACTIVE LOW FLOW DISS OUTLET CONN 6 M1809038 SUCT REG 3 MODE DISS 6 M1809222 Third Cylinder Factory Installed Kit - N2O PIN 6 M1809965 VCV CARDIAC BYPASS SOFTWARE OPTION 6 M1806801 FLOWMETER AND GAS OUTLET INTERFACE W/ O2 N20 AIR 6 1175-9301-000 Tec 7 Sevoflurane 8% Easy-fil Vaporizer - English 6 1175-9101-000 Tec Isoflurane, Easy-fil Vaporizer-English 6 CF-1100-3025-000 Easy-fil Bottle Adapter, Isoflurane 6 1100-3028-000 Easy-fil Bottle Adapter, Sevoflurane 6 1107-9601-000 Tec 6 Plus Vaporizer Suprane (Desflurane) 120V-English 6 2091346-001 CBS-600 Kit 6 2071007-001-S Patient Port Assembly 12 2066480-028 Carestation 600 Series Startup Kit 12 2069358-001-S Flow Sensor for Carestation 600 series 6 2071018-001-S O2 Cell Kit, Carestation 600 Series (Includes Adapter and O-Ring) 6 1009-8204-000 Evac hose assemblies NCG VAC, 5 m/16.4 ft 6 1009-8205-000 Evac hose assemblies NCG EVAC, 5 m/16.4 ft 6 1006-8082-000 Suction Mounting Post 6 6600-0031-900 Blender Dovetail Rail Bracket for Blender/Canisters 6 M1809335 Suction Arm, Carestation 600 Series 6 M1227919 Short cable management arm 6 0210-5022-300 Cylinder Gasket, 19 OD HPO2 6.35 ID 1.5 T 6 1001-3269-000 CASTrGARDs 12.7 cm/5 in grey, set of four 6 1010-7008-000 Tee O2 DISS Female w/Two DISS Male w/Checks SDP 6 1001-8896-000 Auxiliary Dovetail lamp kit, goose neck 6 0309-1319-800 Negative Leak Test Device 6 2083093-001 CARESTATION 600 SERIES BUNDLED USER DOCUMENTATION ENGLISH 6 0231-1021-810 DISS, Diamond, O2 hose assembly, 4.6m/15ft 6 0231-1021-811 DISS, Diamond, N2O hose assembly, 4.6 m/ 15ft 6 0231-1021-812 DISS, Diamond, Vac hose assembly, 4.6 m/15 ft 6 0231-1021-813 DISS, Diamond, Air hose assembly, 4.6 m/15 ft 6 0231-1518-810 DISS, H-I-T, NCG,O2, hose assembly, 4.6 m/15 ft 6 0231-1518-811 DISS, H-I-T, NCG, N2O hose assembly, 4.6 m/15 ft 6 M1199109 CARESCAPE Respiratory Module, E-sCAiO 6 M1182629 D-fend Pro Water Trap Dark Steel Blue (for E-sCAiO)(1 case / 10 units) 6 CF-8004463 Exhaust line with Colder fitting. 18cm/7in 6 EA Carescape Monitor B450 $________ TO INCLUDE THE ITEMS LISTED BELOW: QTY ITEM NUMBER DESCRIPTION 6 2068491-001 Carescape Monitor B450 6 2065433-001 B450 FRAME WITHOUT WLAN 6 2066077-001 CARESCAPE B450 ESP V2 SOFTWARE 6 2066520-001 B450 RECORDER OPTION 6 2064131-001 B450 ENGLISH US LOCALIZATION 6 2068494-005 B450 ENGLISH US KEYBOARD SW SETTING 6 2068494-017 B450 POWER FREQUENCY SETTING 60HZ 6 2064265-001 B450 40RP - ANESTHESIA SOFTWARE PACKAGE 6 2064267-001 B450 ADEQUECY OF ANESTHESIA BUNDLE 6 2064303-001 B450 PCOP - CARDIAC OUTPUT LICENSE 6 2064304-001 B450 PARR - FULL ARRYTHMIA LICENSE 6 2064307-001 B450 PQTC - MULTI-LEAD QT/QTC ANALYSIS LICENSE 6 2065172-001 B450 PPCO - PICOO CARDIAC OUTPUT LICENSE 6 2066494-001 B450 PSCV - CENTRAL VENOUS OXYGEN SATURATION LICENSE 6 2066381-001 POWER CORD, USA/CANADA 8FT ANGLE, GE PN 405535-007 6 2062895-001 BTRY FLEX-3S2P 10.8V 18650 LI-ION SMBUS 6 M1199109 CARESCAPE Respiratory Module, E-sCAiO 6 M1182629 D-fend Pro Water Trap Dark Steel Blue (for E-sCAiO)(1 case / 10 units) 6 CF-73319-HEL Disposable Gas Sampling Line. 3m/10ft, 10/Pkg 6 2095710-001 NON-TRANSPORT B450 MONITOR 6 2083083-001 INSTALLATION CHARGE 6 EA Patient Data Module (PDM) Nellcor $________ TO INCLUDE THE ITEMS LISTED BELOW: QTY ITEM NUMBER DESCRIPTION 6 2042084-001 Patient Data Module (PDM) 6 2041390-002 Nellcor SpO2 6 2041390-020 English 6 2041575-002 60Hz 6 2041575-003 Invasive Pressures 6 2041390-041 Battery 6 2041390-044 None 6 2021406-001 Interconnect Cable for Nellcor OxiMax 3 m/10 ft 6 407705-006 Finger Sensor, Adult, DS100A, >40 kg (>88 lbs) 6 CF-2016998-001 Dual temp cable, 1.7 ft, 400/700 series 6 CF-165641 Temperature Extension Cable, 400-Ser, 2.8m 6 2058203-002 DINACLICK Airhose, 12 ft (3.6) Care Hose w/ Rectangle Connector to Adult 2T DINACLICK Connector 6 2059301-001 DURA-CUF Assortment Kit, 2T DINACLICK - 3 / PK (1 sm adult, 1 adult, 1 lg adult) 6 CF-2005772-001 CABLE ASSY DUAL IBP 6 CF-2021197-001 EDWARDS TRUWAVE Invasive Presssure Interface Cable, 12ft 6 CF-2022948-001 Multi-Link 3/5 - Lead ECG Cable, w/ESU filter, AHA, 3.6,/12 ft. 6 CF-412682-002 Leadwire Set, ECG, Multi-Link - Group, 3-Ld Grab, AHA, 51 in., 3/set 6 CF-412681-002 Multi-Link 5-Leadwire Set, Grouped Grabber, AAMI/AHA, 130 cm/51 in, 5/set 6 2083083-001 INSTALLATION CHARGE 2 EA Aestiva/5 MRI $________ TO INCLUDE THE ITEMS LISTED BELOW: QTY ITEM NUMBER DESCRIPTION 2 1006-9310-000 Aestiva/5 MRI 2 1006-9011-000 Aestiva/5 MRI Trolley, left hand frame style, 2 vaporizer 2 1006-8500-000 Localization Kit, ANSI DISS with O2 Drive 2 1006-8090-000 7900 ventilator hardware 2 1006-8150-000 7900 system, software and manuals, English 2 M1054994 Factory installed SIMV-PSVPro upgrade 2 1406-3350-000 Long bag arm - adjustable height 30.5 cm/12 in 2 1406-8215-000 Passive AGSS. Suitable for facilities with no disposal systems. 30 mm male ISO taper. 2 1006-8037-000 Auxiliary common gas outlet (ACGO) 2 1006-7077-000 100-120V AC inlet with NEMA 5-15 power cord, no outlets 2 1006-8201-000 Air double flowtube 2 1006-8204-000 Air cylinder connection, pin indexed yoke 2 1006-8206-000 O2 cylinder connection, pin indexed yoke 2 1006-8208-000 N2O cylinder connection, pin indexed yoke 2 1006-8281-000 Front cover panel used with standard 11 cm/4.3 in locking drawer only 2 1006-8026-000 Folding Side Shelf 2 1175-9301-000 Tec 7 Sevoflurane 8% Easy-fil Vaporizer-English 2 1175-9101-000 Tec 7 Isoflurane, Easy-fil Vaporizer-English 2 CF-1100-3025-000 Easy-fil Bottle Adapter, Isoflurane 2 1100-3028-000 Easy-fil Bottle Adapter, Sevoflurane 4 CF-M1229648 Aestiva Start-up Kit, 72 in. LimbO, L Bag Arm 2 1400-3049-000 Medisorb Prepack, Disposable, 2 cartridges 4 1503-3856-000 Flow sensor,disposable 2 1406-8208-000 Flow Sensor Holder, Aestiva 2 1001-8889-000 Adjustable Low Flow Active AGSS (Aestiva) 2 1406-8241-000 Throttle Valve with Evacuation Hose and 1/8' FNPT 2 1001-8892-000 NCG EVAC suction wall adapter, magenta 2 1010-8015-000 Non-integrated suction regulator. Three-mode high continous vacuum. 2 1010-8017-000 Non-integrated Auxiliary O2 flowmeter 2 6600-0031-900 Blender Dovetail Rail Bracket for Blender/Canisters 2 0210-5022-300 Cylinder Gasket, 19 OD HPO2 6.35 ID 1.5T 2 1001-3269-000 CASTrGARDs 12.7 cm/5 in grey, set of four 2 0309-1319-800 Negative Leak Test Device 2 0216-6812-800 Instrument shelf 30.5 cm x 30.5 cm/12 in x 12 in 2 6600-0513-801 Instrument Shelf 12in X12in, Center Mounted 2 1006-8278-000 Rear handle, Aestiva 2 0231-1518-810 DISS, H-I-T, NCG, O2 hose assembly, 4.6m/ 15 ft 2 2031-1518-811 DISS, H-I-T, NCG, N2O hose assembly, 4.6m/ 15 ft 2 2031-1518-812 DISS, H-I-T, NCG, Vac hose assembly, 4.6m/ 15 ft 2 2031-1518-813 DISS, H-I-T, NCG, Air hose assembly, 4.6m/ 15 ft 1 JB Periop Training and Services $________ TO INCLUDE THE ITEMS LISTED BELOW: QTY ITEM NUMBER DESCRIPTION 1 2020786-328 Aisys CS2 Online Clinical Training 2 M1109158 Super-user - Advanced user & troubleshooting training 4 M1109160 User Training (onsite)- training of clincal & non-clinical staff on equipment 1 M1078102 Aisys Carestation e-Learning 1 2020786-324 Aisys CS2 Technical Service Training (5 day class) Tuition Only) 1 Travel 1 JB Installation $________ 1 JB Trade In $________ 12 Each Aestiva Systems : AGGREGATE TOTAL: $_________ SALIENT CHARACHTERISTICS The gas module and water trap are integrated into the anesthesia machine The capability of providing pressure control mechanical ventilation with a volume guarantee or target. MRI machine from the same manufacturer as the other anesthesia machines being purchased. Case defaults are available to be configured. Slot for 2 in-line vaporizers Monitors Minimum screen display of 12'' Touchscreen Must display at least 6 waveforms simultaneously Graphic and tabular trends Wireless capability Diagnostic 12 Lead ECG capability Parameter capabilities of up to 12-lead ECG (with QT/ST segment analysis), respiration, NIBP, SpO2 (Masimo or Nellcor), (2) Temp, (2) IBP, recorder, end tidal CO2 Monitoring, gas analysis and agent identification Remote Bed to Bed Viewing Minimum battery Life of 3 hours At least one additional independently configured display Integrated neuromuscular and level of consciousness monitoring capability PERIOD OF PERFORMANCE: within 30 days of receipt of order QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the pricing schedule. Not completing the pricing will result in disqualification. Price will be ranked based on the lowest summary price. Offerors shall provide only one quote. Non-compliance with this requirement will result in disqualification of both quotes. Technical Requirements that the Contractor Shall Provide: This request for quote uses a Brand Name or Equal Description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. All offers must work with existing equipment/software that has already been purchased and is currently in use at the stations and also to meet standardization requirements with the hospital. The contractor is permitted submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this request for quote. Contractor must provide a table describing exactly what alternate equipment is being utilized (including make, model and description) so that the quote can be fully considered. The government will evaluate 'equal' items on the basis of information furnished by the contractor or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the Quote. 4. Quotes shall be responded to via e-mail. 5. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ 6. Quotes must be received on/or before the July 12, 2017, 2 PM Central time to be considered for award. 7. Vendors shall provide a minimum quote acceptance period of 90 days after RFP closing for offers 8. Award The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Award will be made to the vendor who is determined to be technically acceptable and has the lowest price. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). You are reminded that representatives from your company SHALL NOT contact any Nashville VA Health Care System employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. PLEASE NOTE: The solicitation document and incorporated provisions and clauses are those in effect through FAC Number/Effective Date: 2005-94, 2005-95 / 01-19-2017 -The North American Industry Classification System code (NAICS) is 339112, Surgical and Medical Instrument Manufacturing. The Federal Supply Code (FSC) is 6515 is Medical and Surgical Instruments, and Supplies. A firm fixed price contract will be awarded. All interested parties must bid on all items. Brand Name or Equal Any or equal items will be sent to the technical representative for evaluation. If providing or equal product, you must describe how your item meets or exceeds the brand name product to be acceptable for award. Failure to do so will result in non-responsive quote. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: These items are procured on behalf of the Nashville VAMC 1310 24th Ave. South, Nashville, TN 37212. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced contract resulting from this RFQ. (End of Provision) 52.219-6 -- Notice of Total Small Business Set-Aside (Nov 2011) (a) Definition. Small business concern, as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to-- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).* (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of Clause) 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 8 Steven Scharlow, 10000 Bay Pines Blvd. Bldg 2 RM 315 Bay Pines FL 33744.   (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following contract clauses apply to this acquisition: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management 52.204-13 System for Award Management Maintenance FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items APR 2012 FAR 52.212-4, Contract Terms and Conditions Commercial Items SEPT 2013 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders NOV 2013 FAR 52.203-3 Gratuities, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated by Reference FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.247-34, F.O.B. Destination 852.203-70 Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-70 Service Data Manuals (NOV 1984) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Inspection (JAN 2008) 852.273-72 Electronic Submission of Payment requests 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) 52.233-1 Disputes. Disputes (July 2002) (a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause. (c) Claim, as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor. (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer s decision shall be final unless the Contractor appeals or files a suit as provided in the Act. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor s specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. (End of clause) Points of Contact Contracting Officer Name: Thomas Allman Organization: NCO 9 Phone No.: 615-225-5427 E-Mail Address: thomas.allman@va.gov Contractor Point of Contact: Contractor Legal Business Name: TO BE DETERMINED DUNS: CAGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number: Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on Thursday, 13 July 2017, by 2 PM CST. Submit offers or questions to the attention of Thomas Allman, by email to thomas.allman@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0879/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-Q-0879 VA249-17-Q-0879.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3647308&FileName=VA249-17-Q-0879-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3647308&FileName=VA249-17-Q-0879-000.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: Tennessee Valley Health System;Nashville TN
Zip Code: 37212
 
Record
SN04572685-W 20170712/170710235116-239235cf5766958c40b6acb73fc8872e (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.