DOCUMENT
65 -- Bronchoscopy System - Attachment
- Notice Date
- 9/6/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;Network Contracting Office 16;715 South Pear Orchard;Ridgeland MS 39157
- ZIP Code
- 39157
- Solicitation Number
- 36C25618U0422
- Response Due
- 9/12/2018
- Archive Date
- 9/27/2018
- Point of Contact
- Tammie Chaney
- E-Mail Address
-
6-6963<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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 and is being conducted pursuant to FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C25618U0422 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, August 22, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.va.gov/oal/library/vaar/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) (iv) This solicitation is issued as a set-aside for Service Disabled Veteran Owned Businesses. The North American Industry Classification System (NAICS) code is 334510, and the size standard is 1250 employees. (v) This requirement consists of 18 line items Price/Cost Schedule Item Number Manufacturer Part Unit QTY Description Unit Price Total Cost 0001 CV-190 EA 2 CV-190 EVIS EXERA III VIDEO PROCESSOR 0002 CV-190 EA 2 CLV-190 EVIS EXERA III LIGHT SOURCE 0003 MAJ-1916 EA 2 MAJ-1916 CV-190 INTERFACE CONVERT DEVICE 0004 MAJ-1918 EA 2 MAJ-1918 REMOTE CABLE PERIPH DEVICE 1.8M 0005 EU-ME2 EA 1 EU-ME2 EU-ME2 ULTRASOUND PROCESSOR 0006 OIS-09665 EA 1 OIS-09665 CBL-YV- BBD603BK RG-6 SERIAL DI 0007 OIS-09670 EA 1 OIS-09670 CBL-YV-BBD606BK RG-6 SERIAL DI 0008 MAJ-1430 EA 2 MAJ-1430 VIDEOSCOPE CABLE EVIS EXERA II 0009 BF-P190 EA 4 BF-P190 EVIS EXERA III SLIM BRONCH 4.1MM 0010 MAJ-1663 EA 1 MAJ-1663 EUS Arm Mount Kit WM-P2 0011 K10021764 EA 2 K10021764 WM-NP2 CART GI&R Standard Cart 0012 BF-1TH190-STARTER EA 1 BF-1TH190-STARTER-KIT BF-1TH190 W STARTE TO INCLUDE: BC-202D-2010 DISP CYTO BRUSH 2.0MM CH - QTY 2 BC-202D-3010 DISP CYTO BRUSH 2.0MM CH QTY 2 BF-1TH190 EEIII HD THERAPEUTIC BRONCH W 1 BW-411B DISP COMBO CLEANING BRUSH FB-211D.A DISP BIOP FOR ALLGTR JAW 2.0MM QTY 1 FB-231D.A DISP BIOP FRCPS OVAL CUP 2.0MM - QTY 1 0013 OEP-5 EA 2 OEP-5 HD OLYMPUS PRINTER 0014 BF-UC180F-A EA 1 BF-UC180F-A ULTRASOUND BRONCHOSCOPE 0015 MAJ-854 EA 2 MAJ-854 REMOTE CABLE CV-160 FOR SVR PRIN 0016 OEV-262H EA 2 OEV-262H HIGH DEFINITION LED L CD MONITOR 0017 FLP-0002-17C EA 2 MOUNTING ADAPTOR FOR FLAT PANEL 0018 Trade-In EA 1 Grand Total TRADE-IN-OLYMPUS EQUIPMENT EU-C60 EUS/EBUS EXERA COMP ENDOSC ULTRAS SERIAL NUMBER #1700589 1 OEP-4 OLYMPUS COLOR PRINTER - SERIAL NUMBER # A702147 1 OLYMPUS COLOR PRINTER- SERIAL NUMBER # A702220 1 BF-P180 VIDEOSCOPE 4.9 MM DIA 2.0MM CH - SERIAL NUMBER # 2242862 1 BF-P180 VIDEOSCOPE 4.9 MM DIA 2.0 MM CM - SERIAL NUMBER # 2343214 1 BF-P180 VIDEOSCOPE 4.9 MM DIA 2.0 MM CM - SERIAL NUMBER # 2343209 1 BF-P180 VIDEOSCOPE 4.9MM DIA 2.0MM CH - SERIAL NUMBER # 2343211 1 CV-180 EVIS EXERA II VIDEO PROCESSOR - SERIAL NUMBER # 7771028 1 CLV-180 EVIS EXERA II LIGHT SOURCE - SERIAL NUMBER # 7700168 1 CV-180 EVIS EXERA II VIDEO PROCESSOR - SERIAL NUMBER # 7771023 1 CLV-180 EVIS EXERA II LIGHT SOURCE - SERIAL NUMBER # 7700171 1 BF-IT180 VIDEOSCOPE 6.0MM DIA 3.0 MM CH 1 Bronchoscopy System Requirements: Image Processors Bronchoscopy Light Source Scanning Systems Ultrasonic Endoscopes CD/DVD Video Systems Offeror shall provide technical brochures to support functionality features as described within the Schedule of Items. In addition, Electronic data or virtual link in order to examine capabilities shall be provided. Offerors shall provide in detail for each specification that is required that the particular specification is or is not offered with a reference to the quote/brochure/data provided that the specification required is in fact offered. If offering a product that specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable. Offeror shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. (vii) Delivery FOB Destination to Department of Veterans Affairs, G.V. (Sonny) Montgomery VA Medical Center, 1500 E Woodrow Wilson Drive, Jackson, MS 39216. The vendor shall provide Bronchoscopy System within 9 weeks after receipt of order. The vendor shall coordinate the delivery with Biomedical Engineering at the medical center. (viii) 52.212-1 (JAN 2017), Instructions to Offerors Commercial, applies to this acquisition with the following addenda, 52.209-7 Information Regarding Responsibility Matter, 52.233-2 Service of Protest, 52.214-21 Descriptive Literature, 852.233-70 Protest Content/Alternative Dispute Resolution, 852.233-71 Alternate Protest Procedure, 852.273-74 Award Without Exchanges, 52.204.16, Sub- Part 13.5 Test Items This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 of the FAR or some combination thereof. (ix) 52.212-2, Evaluation Commercial Items, FAR provision 52.212-2 does not apply to this solicitation. Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible contractor whose quotes conforming to the solicitation will be most advantageous to the Government. Award will be made to the lowest priced quote that meets or exceeds ALL requirement of this solicitation. (x) 52.212-3 (NOV 2017), Offeror Representations and Certifications Commercial Items, Offeror s are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH QUOTE, a copy of the provision may be attained from http://www.va.gov/oal/library/vaar/. (xi) 52.212-4 (JAN 2017), Contract Terms and Conditions Commercial Items, applies to this acquisition with the following addenda to the clause: 852.203-70 Commercial Advertising, 852.203-71, 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee, 52.252-2 Clauses Incorporated by Reference, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-4, 52.204-16, 52.204-18 Commercial and Government Entity Code Maintenance, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 852.252-70 Solicitation Provision or Clauses Incorporated by Reference, 852.211-73 Brand name or Equal, 852.246-71 Inspection, 852.219-74 Limitations on Subcontracting Monitoring and Compliance. (JUL 2018) (xii) 52.212-5 (JAN 2018), Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, the following FAR clauses identified at paragraph b of FAR 52.212-5 considered checked and are applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 (xiii) One-year manufacturer warranty (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Responses are due Wednesday, September 12, 2018 by 10:00 a.m. central standard time(CST). Electronic offers will be accepted; submit quotation to tammie.chaney@va.gov. (xvi) Point of contact for this solicitation is Tammie Chaney, 601-206-6963 or email tammie.chaney@va.gov with subject line referencing the Solicitation number. All inquiries must be in writing, and submitted by September 10, 2018 by 11:00 am CST, by email to tammie.chaney@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25618U0422/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618U0422 36C25618U0422.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580184&FileName=36C25618U0422-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580184&FileName=36C25618U0422-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618U0422 36C25618U0422.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580184&FileName=36C25618U0422-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E Woodrow Wilson Drive;Jackson MS
- Zip Code: 39216
- Zip Code: 39216
- Record
- SN05075360-W 20180908/180906231502-4cca2e29ccaf55f982f2bf3627f66cdc (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 |