Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
DOCUMENT

65 -- Ensite Cardiac Mapping - Attachment

Notice Date
9/10/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26118Q9581
 
Response Due
9/14/2018
 
Archive Date
11/13/2018
 
Point of Contact
Deborah Sosa
 
E-Mail Address
Deborah.Sosa@va.gov
(deborah.sosa@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Page 1 of 6 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C261-18-Q-9581 Posted Date: 8/29/2018 Original Response Date: 8/29/2018 Current Response Date: 9/07/2018 Product or Service Code: 6515 Set Aside: 100% Small Business NAICS Code: 334510 Contracting Office Address NCO 21 3230 Peacekeeper Way Bldg. 209 McClellan, CA Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (effective 24 Jan 2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. The VA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS), 3801 Miranda Ave, Palo Alto, California, 94304 is seeking to procure an Ensite Cardiac Mapping System for the cath lab. All interested companies shall provide quote for the following: Supplies required are name brand only, no substitutions: Item # Description/Part Number Qty 1 Precision UPG / EnSite Precision Cardiac Mapping System Upgrade System Includes: -Display Workstation with 32 GB RAM, 3.4 GHz dual six-core processors, and Quadro K2200 Graphics running most current version of operating system software. EnSite Precision Module - hardware -EnSite Precision Module -software -EnSite Verismo -EnSite Derexi -EnSite Courier -EnSite AutoMap -EnSite AutoMark 1 2 CFK3000 / EnSite Contact Force Module Contains: -EnSite Contact Force Module v1.0 -TactiSys Quartz 1 3 H700494 / Ampere Generator Kit 1 Salient Characteristics Brand Name Item: Ensite Precision Upgrade Essential/significant physical, functional, or performance characteristics. Compatibility compatible with GE Combo Lab, and carrot medical monitors. Industry Standard Electrophysiology mapping and ablation systems are standard of care for Electrophysiology Laboratories. Purpose This is a software and hardware upgrade to the existing Ensite Electrophysiology mapping and ablation system. System Includes: Display Workstation with 32 GB RAM, 3.4 GHz dual six-core processors, and Quadro K2200 Graphics running most current version of operating system software. EnSite Precision Module - hardware o EnSite Precision Link, Sensor Enabled o EnSite Precision Field Frame EnSite Precision Module -software o EnSite Verismo - Creates 3D cardiac chamber models from CT/MR datasets for display on the EnSite Velocity System. o EnSite Fusion - The EnSite Fusion Registration Module with Dynamic Registration will incorporate a real-time model with a segmented CT or MR model to facilitate navigation within the segmented geometry. o EnSite Derexi - The EnSite Derexi Module consists of software features that uniquely integrate the EP-WorkMate Recording System with the EnSite Precision System. These features consolidate patient and clinical information and reduce the duplicate steps in the workflow. o EnSite Courier - Imports CT/MR/3D Rotational Angiography cardiac datasets from the PACS server to the EnSite Precision System. Exports segmented 3D models back to the PACS server. Facilitates backup of EnSite Velocity System data to the PACS server. Allows review of case data from an EnSite Velocity System or a remote workstation. EnSite AutoMap o the software module allows user to create high density maps with any catheter. Collect data with no point limit. Automatic deletion of points outside user-specific criteria. Automated point inclusion and exclusion criteria include: score threshold for morphology match, cycle length tolerance, catheter speed limit, distance threshold, signal to noise threshold, force. EnSite AutoMark o the software module allows for automated lesion marker guidance based on user-defined criteria. Size and color lesion markers based on multiple criteria. Assess ablation catheter stability and AutoMark placement with the Auto Track feature for automatic recording of precise tip location during RF energy ablation EnSite Contact Force Module Contains: EnSite Contact Force Module v1.0 TactiSys Quartz Allows contact force data to be viewed on the EnSite Velocity Cardiac Mapping System. Key benefits include an intuitive display of contact force data, easier set-up and an enhanced workflow. o Requires EnSite Velocity System Display Workstation 5 (DWS5) or higher. o Requires EnSite Precision Mapping Module part number H700386 to already The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://sam.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.232-50 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 14(i), 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 56 are considered checked and apply. The following clauses and provisions applies to this acquisition: FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) Grey Market Prevention Language (a) 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.   (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.   FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The vendor s quote must contain all the required salient characteristics for the designated cardiac mapping system. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required salient characteristics for the designated cardiac mapping system. The technical ratings are defined as follows: Acceptable: Quote clearly contains all the required salient characteristics for the designated cardiac mapping system and line item descriptions of the solicitation. Unacceptable: Quote does not clearly meet the salient characteristics and line item descriptions of the solicitation. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. Award will be made on a Lowest-Priced, Technically Acceptable basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be emailed to deborah.sosa@va.gov. This is an open-market combined synopsis/solicitation for an Ensite Cardiac Mapping System as defined herein.    The government intends to award a purchase order because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation 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). Submission shall be received not later than September 7, 2018, 12:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, deborah.sosa@va.gov before September 7, 2018, 12:00 p.m. Pacific Time. Point of Contact Deborah Sosa, Contract Specialist, Phone: 916-923-4564, deborah.sosa@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9581/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9581 36C26118Q9581.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4584779&FileName=36C26118Q9581-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4584779&FileName=36C26118Q9581-000.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: VA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS);3801 Miranda Ave;Palo Alto, CA
Zip Code: 94304
 
Record
SN05080762-W 20180912/180910231126-bd587d1635e8b237e89fc7a80019c332 (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.