DOCUMENT
65 -- Surgical Waste Collection Machine - Attachment
- Notice Date
- 8/21/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1010 DELAFIELD ROAD;PITTSBURGH, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- 36C24418Q9562
- Response Due
- 8/24/2018
- Archive Date
- 9/23/2018
- Point of Contact
- AMANDA SAUNDERS
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for BRAND NAME, WASTE COLLECTION MACHINE, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9562 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339113 code has a small business size standard of 1000. (v) Contract Line Items (CLIN): ALL CLINS ARE A BRAND NAME ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 7.00 EA __________________ __________________ Neptune 3 Rover (120V) LOCAL STOCK NUMBER: 0703001000 GRAND TOTAL __________________ B.6 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: 642 PHILADELPHIA DEPARTMENT OF VETERANS AFFAIRS Laurie Rentz 3900 WOODLAND AVENUE PHILADELPHIA, PA 19104 USA 7.00 30 DAYS ARO MARK FOR: Laurie Rentz 215-823-5800, ext 4468 Laurie.Rentz2@va.gov (vi) Comparable products must be Brand Name in the following specifications: STATEMENT OF WORK GENERAL INFORMATION: The Corporal Michael J. Crescenz VA Medical Center is looking to procure new Neptune 3 Rover Systems along with trading in 5 previous Neptune Rover s. The Neptune 3 is a sealed waste management system SCOPE: The Contractor shall deliver the following item(s) that are name brand. Neptune 3 Rover (120V) The Contractor is responsible for any missing parts and components All equipment must meet manufacturers and VA specifications SALIENT CHARACTERISTICS: Salient Characteristics Portable Surgical Waste Fluid and Smoke Evacuation Management System Waste management system must be indicated to be used in the surgery to collect and dispose of surgical fluid waste as well as collect smoke generated from electrocautery or laser devices. Waste management system must be a mobile unit allowing for easy use from both the left and right side of the procedure table. Waste management system must integrate with Stryker Neptune 2 manifolds, filters and docking stations currently deployed at SLC VA Medical Center. Waste management system must have an integrated smoke evacuator to collect surgical smoke generated from electrocautery devices. Smoke evacuator must have multiple speed settings. Smoke evacuator must have an auto mode that detects surgical smoke and automatically adjusts suction flow. Smoke evacuator must function on a separate vacuum pump. Fluid waste system should have at least six (6) lines of suction. Fluid waste system should have at least two (2) independently controlled suction canisters and at least 20 L collection capacity. Fluid waste system must have a suction range of 50-520 mm-Hg. Fluid waste system must have electronic overfill protection with mechanical backup. Fluid waste system must have high suction audio alerts. Waste management system must have hands-free docking and be self-cleaning. Unit must run very quietly, 4.3 sones. Unit must have 7 top display for easy reference, and 8.4 main display. Must self-enclosed unit, only requiring a canister change from patient to patient. DELIVERY: Contractor shall deliver all equipment to the Corporal Michael J. Crescenz VA Medical Center, 3900 Woodland Avenue, Philadelphia PA. 19104 All work shall be completed between 8:00a.m.and 4:00p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM site. The Contractor shall coordinate all deliveries, staging areas, and parking arrangements with the VA Police and Warehouse The Contractor shall remove all related shipping debris and clean-up any construction associated with delivery of the specified items. Contractor shall remove all packing from the Corporal Michael J. Crescenz VA Medical Center premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. SITE CONDITIONS: There shall be no smoking, eating, or drinking inside the hospital at any time INSPECTION AND ACCEPTANCE: The warehouse shall receive all equipment prior to Biomedical Engineering inspecting the equipment Disputes shall be resolved by the Contracting Officer DELIVERY/STORAGE REQUIREMENTS: Deliver materials to job in manufacturers original sealed containers with brand name marked thereon or maintain coverings in place and in good repair Deliver specified items only when site is ready Store equipment in dry condition inside facility Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government DELIVERABLES: Operation and Maintenance Manuals Binders (2) each Digital (1) each if available Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packed in binder(s) The vendor must provide preventive maintenance services, or preventive maintenance training to Users and Biomedical Technicians when appropriate, to meet at minimum Joint Commission standards. OPERATOR TRAINING: Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the instruments Scheduling of all training shall be coordinated with the Corporal Michael J. Crescenz VA Medical Center after delivery is complete WARRANTY: The Contractor shall provide at a minimum of a one-year manufacturer s warranty on all parts and labor The warranty shall include all travel and shipping costs associated with any warranty repair Trade-In Serial Numbers: 1220606373 1220606363 1220606283 1220201773 1220000223 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (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. (b) Vendor 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. (c) 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. (ix) Evaluation of this requirement will be based on PRICE ONLY (AUTHORIZED DISTRIUBTOR LETTERS FROM THE Manufacturer MUST BE INCLUDED) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 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://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to amanda.saunders@va.gov and received no later than 8/24/2018 AT NOON EST Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTERS FROM THE Manufacturer needs to be provided with your quote in order to be considered for the award. NO LATES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Amanda Saunders at amanda.saunders@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9562/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9562 36C24418Q9562_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552570&FileName=36C24418Q9562-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552570&FileName=36C24418Q9562-000.docx
- File Name: 36C24418Q9562 P03.BRAND NAME -STRYKER.WASTE MANAGEMENT COLLECTION MACHINE-LES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552571&FileName=36C24418Q9562-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552571&FileName=36C24418Q9562-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9562 36C24418Q9562_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552570&FileName=36C24418Q9562-000.docx)
- Place of Performance
- Address: Corporal Michael J. Crescenz VA Medical Center;3900 WOODLAND AVENUE;PHILADELPHIA, PA
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN05048928-W 20180823/180821231643-bb214928f7301fbae7f82818d843f63d (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 |