Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
DOCUMENT

65 -- AMENDED to BRAND NAME ONLY SOLICITATION Port Access & IV Start Kits - Attachment

Notice Date
9/6/2018
 
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
36C25918Q9661
 
Response Due
9/12/2018
 
Archive Date
11/11/2018
 
Point of Contact
Latonya Hughes (Contractor)
 
E-Mail Address
2-5826<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDED to Brand Name Only-Request for Quote (RFQ) #: 36C25918Q9661 Brand Name- Port Access and IV Kits 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, Tuesday September 11, 2018 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 latonya.hughes2@va.gov no later than 4:00pm EST, Wednesday September 12th, 2018. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9661. 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 January 24th, 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 100% set-aside for Service Disabled Veteran Owned Small Business List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; PORT ACCESS KIT: WITH 1 INCH NEEDLE,INCLUDES: CARTON 19 3/4 X 11 3/4 X 10 3/4 DRAPE POCKETED BLUE NONWOVEN BSI INSERT: EBSI1139 8.5 X 5.5 LABEL DOT RED 4INX4IN LABEL SHEET CUSTOM VA SALT LAKE LABEL UDI 2D BARCODE COUNTRY OF ORIGIN LABEL: CARTON 8X5 LABEL:TEAR HERE LARGE POUCH BREATHER 9.25X14.5 3ML GAUZE 4X4 4PLY NONWOVEN GLOVE EXAM MEDIUM ALOE VINYL 3G POWDER FREE HAND SANITIZER GEL 70%.08OZ LABEL TEAR HERE 3X4.5 MASK W/EARLOOPS BLUE SWABSTICK ALCOHOL SINGLE CHLORAPREP APPLICATOR 3ML CLEAR CONNECTOR MICROCLAVE NONSTERILE NEEDLE SAFETY 20GX1IN GRIPPER SYRINGE 10ML FILLED SODIUM CHLORIDE CHG DISK 1IN 4MM DRESSING TEGADERM 4X4.75 ADVANCED WAND SUREPREP RAPID DRY 1ML MARKER UTILITY TAPE MEDI-STRIP 1/4X4IN 5/CARD PKG: 20 per CS Make/Model; EBSI1139 40 CS _____________ _____________ 0002 Description; PERIPHERAL IV INSERTION KIT: INCLUDES: GAUZE 2X2 4PLY NONWOVEN LABEL: CARTON 8X5 PAD ALCOHOL PREP MEDIUM STERILE SET EXTENSION SMALLBORE PRESSURE INFUSION 7" TAPE TRANSPORE 1INX18IN TOURNIQUET 1X18IN BLUE LATEX FREE TOWEL 13X19 2PP WHITE 5X3.5 FOLDED WIPE CAVILON NO STINGFILM PKG: 40 per CS Make/Model; DYNDV2184 120 CS _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); The requirement is for the purchase of these kits as annotated above. Initial delivery of two (2) cases of the Port Access kits and two (2) cases of the IV Starter kits upon award. The remaining will be ordered as needed from authorized Logistics Personnel. The initial delivery will be to the George E. Whalen Veterans Affairs Medical Center, 500 Foothill drive, Bldg 7, Salt Lake City Utah 8184148. Unique Characteristics of the Medline Blood Stream Infection (BSI) custom Packs: the kits have custom packaging, photo imaging and on-site in-servicing that drive nursing staff compliance and reduce BSI incidents. Medline BSI custom packs allow the medical center to also maintain the INS standards of sterility to keep Central Line Acquired Blood Stream Infections (CLABSI), a Joint Commission requirement. The pocket system is the new standards for care during dressing changes. The custom kits offer complete and total Standardization and Compliance to the specific protocols which fall in line with National standards. The is a blood stream infection kit EBSI1139 is a pocket system kit, individual pockets with product. Packets allows step by step process no ability for deviation. Steps 1-9 must be followed when inserting and IV, driving standardization throughout VA Medical centers. Description Quantity Unit of Measure CHLORAPREP APPLICATOR 1ML 1 EA CARTON 18 5/8X 11 1/2X9 1/8 44ECT.03 EA DRESSING TEGADERM 3/4X3 1/8 CHG 2 1 EA GAUZE 2X2 4PLY NONWOVEN 1 EA LABEL: CARTON 8X5.03 EA PAD ALCOHOL PREP MEDIUM STERILE 1 EA SET EXTENSION SMALLBORE PRESSURE INFUSION 7" 1 EA TAPE TRANSPORE 1INX18IN 1 EA TOURNIQUET 1X18IN BLUE LATEX FREE 1 EA TOWEL 13X19 2PP WHITE 5X3.5 FOLDED 1 EA WIPE CAVILON NO STINGFILM 1 EA Kit DYND2184 provides a universal all in one kit for hospital staff decreasing risk for Central Line Acquired Blood Stream Infection (CLABSI). Description Quantity Unit of Measure CARTON 19 3/4 X 11 3/4 X 10 3/4.05 EA DRAPE POCKETED BLUE NONWOVEN BSI 1 EA INSERT: EBSI1139 8.5 X 5.5 1 EA LABEL DOT RED 4INX4IN.05 EA LABEL SHEET CUSTOM VA SALT LAKE 1 EA LABEL UDI 2D BARCODE COUNTRY OF ORIGIN 1 EA LABEL: CARTON 8X5.05 EA LABEL: TEAR HERE LARGE 1 EA POUCH BREATHER 9.25X14.5 3ML 1 EA GAUZE 4X4 4PLY NONWOVEN 2 EA GLOVE EXAM MEDIUM ALOE VINYL 3G POWDER FREE 2 PR HAND SANITIZER GEL 70%.08OZ 2 EA LABEL TEAR HERE 3X4.5 2 EA MASK W/EARLOOPS BLUE 2 EA SWABSTICK ALCOHOL SINGLE 1 EA CHLORAPREP APPLICATOR 3ML CLEAR 1 EA CONNECTOR MICROCLAVE NONSTERILE 1 EA NEEDLE SAFETY 20GX1IN GRIPPER 1 EA SYRINGE 10ML FILLED SODIUM CHLORIDE 1 EA CHG DISK 1IN 4MM 1 EA DRESSING TEGADERM 4X4.75 ADVANCED 1 EA WAND SUREPREP RAPID DRY 1ML 1 EA MARKER UTILITY 1 EA TAPE MEDI-STRIP 1/4X4IN 5/CARD 1 EA SYRINGE 10ML FILLED SODIUM CHLORIDE 1 EA Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at The George E Whalen Veterans Affairs Medical Center, 500 Foothill Drive, Salt Lake City, UT 84148 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation 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 Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: (a) Price The Government may use various price analysis techniques and procedures to make a price fair and reasonable determination. Offers that do not meet or exceed the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government may evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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: 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: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to latonya.hughes2@va.govby 4:00pm EST, Wednesday September 12th, 2018. Name and email of the individual to contact for information regarding the solicitation: Latonya Hughes latonya.hughes2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9661/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9661 36C25918Q9661_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580122&FileName=36C25918Q9661-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580122&FileName=36C25918Q9661-001.docx

 
File Name: 36C25918Q9661 Brand Name JA (Custom Packs)_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580123&FileName=36C25918Q9661-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580123&FileName=36C25918Q9661-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05075434-W 20180908/180906231532-713308d14a7ca8d9916f1471820e7b90 (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.