DOCUMENT
65 -- RFQ for Cardiac Output Monitors Brand Name Only Requirement - Attachment
- Notice Date
- 8/14/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q9829
- Response Due
- 8/21/2018
- Archive Date
- 10/20/2018
- Point of Contact
- Tica Danford-Leaf
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25918Q9829 Cardiac Output Monitors 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, 08/20/18 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Tamanica.danford-leaf@va.gov no later than 4:00pm EST, 08/21/2018 This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9829. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective July 20, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750. This solicitation is a Brand Name Only set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Clinical Platform NI kit #EV1000CS Edwards Life Science 2 EA ______________ _____________ 0002 Flotrac Cable 16 ft #EVFTCL 2 EA _____________ _____________ 0003 Pressure Controller Cover #Roll Stand 2 EA _____________ _____________ 0004 Total PM Service Agreement 12 months #EVNITPSPM12 1 EA _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); This is a Brand Name Only Requirement SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR EV1000 CARDIAC OUTOUT MONITORS PURCHASE Background The Oklahoma City VA Health Care System provides comprehensive Cardiothoracic surgery service for veterans. We need to purchase two EV1000 cardiac output monitors for use in the OR and SICU. We need these monitors to restart our cardiac surgery program, which is projected to be as early as July. We will also need to train staff on these monitors prior to restarting. Project Scope The Oklahoma City VA HCS needs to purchase two EV1000 cardiac output monitors. Specifications The Oklahoma City VAMC specifications are designed to outline all the Oklahoma City VAMC Surgery Department and Biomedical Engineering requirements. These requirements will be provided to the Contracting Officer Representative (COR) before final approval. The EV1000 cardiac output monitors specifications are provided below: Offerer must meet or exceed these specifications: Platform must provide a choice of screens to view the parameters in a manner most meaningful to your clinical situation for visual clinical support to view and how you want to view them. The platform may be used with the ClearSight Finger Cuff (Noninvasive)-The ClearSight system extends clarity to more moderate and high-risk surgery patients and noninvasively provides continuous hemodynamic monitoring including SV, SVV, SVR, CO and continuous blood pressure. finger cuff, FloTrac sensor, PreSep and PediaSat oximetry catheters and FloTrac Sensor (Minimally-Invasive)- The FloTrac sensor easily connects to any existing arterial catheter and automatically calculates key flow parameters (CCO/CCI, SV/SVI, SVV, SVR/SVRI) every 20 seconds, making it the practical and reliable solution for hemodynamic optimization in moderate to high-risk surgery. PreSep Oximetry Catheter (Central Venous Catheter)- The PreSep oximetry catheter continuously monitors central venous oxygen saturation (ScvO2), which may be used in the Early Goal-Directed Therapy (EGDT) protocol1 for the treatment of sepsis. VolumeView Set (Transpulmonary Thermodilution)- The VolumeView set provides volumetric parameters (EVLW, GEDV, GEF, PVPI, ITBV) and continuous, calibrated hemodynamic parameters (CCO/CCI, SV/SVI, SVV, SVR/SVRI). Visualized Physiology: The EV1000 clinical platform presents patient hemodynamicinformation clearly and simply. Color-based indicators communicate patient status at a glance, and visual clinical support screens allow for immediate recognition and increased understanding of rapidly changing clinical situations for improved decision making. Real-time Physiology Screen: The animated physiology screen visually depicts the dynamic changes occurring in your patient. By delivering parameters visually as well as numerically, the EV1000 clinical platform allows you to more easily determine the root cause of a particular situation, further assisting and guiding your clinical decisions. Hemodynamic Optimization: Monitoring and optimizing Stroke Volume (SV) by volume loading during the surgical procedure or in the immediate postoperative period is a key strategy for reducing postoperative complications. Stroke Volume Variation (SVV) measured can be used to tailor fluid therapy. Cardiac output measured continuously can be used (in combination with SaO2 and hemoglobin) to monitor and optimize DO2 with fluid (including red blood cells) and inotropic agents. These advanced hemodynamic parameters, when combined with a Perioperative Goal-Directed Therapy protocol, are key to maintaining the patient in the optimal volume range. During surgery, as long as oxygen consumption is stable, ScvO2 can be used as a surrogate for DO2. An ScvO2 value >73% can be targeted using fluid (including red blood cells) and inotropic agents. Goal Positioning Screen: The Goal Positioning Screen (GPS) plots two key hemodynamic parameters against each other on the same X/Y plane. The blue pulsating sphere represents the current intersection of the parameters while the descending circles display the historical trend. The green target box indicates the intended clinical targets. This screen may be particularly helpful when implementing Perioperative Goal-Directed Therapy protocols. Exclusive Cockpit Screen: The cockpit screen combines large, easy-to-see numbers with specific color target ranges to clearly indicate patient status. You can choose parameters, alarms and targets to meet your precise patient monitoring needs. End of Statement of Work Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at VA Medical Center, 921 N. E 13 Street, Oklahoma City, OK 73104. 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified above. Technical Capability shall consist of meeting or exceeding all aspects of the requirement. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: VAAR 852.246-70 Guarantee VAAR 852.203-70 Commercial Advertising VAAR 852.232.72 Electronic Submission of Payment Requests VAAR 852.246-71 Inspection The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: VAAR 852.219-10 Notice of Total SDVOSB Set-Aside The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due by 4:00pm EST, August 21, 2018. Name and email of the individual to contact for information regarding the solicitation: Tica Danford-Leaf Contracting Specialist Tamanica.danford-leaf@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9829/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q9829 36C25918Q9829.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540901&FileName=36C25918Q9829-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540901&FileName=36C25918Q9829-000.docx
- File Name: 36C25918Q9829 Limited Sources JA.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540902&FileName=36C25918Q9829-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540902&FileName=36C25918Q9829-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q9829 36C25918Q9829.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540901&FileName=36C25918Q9829-000.docx)
- Record
- SN05036669-W 20180816/180814231503-dd680147b6e0b41c3b8353d4cd9c4a2b (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 |