Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2019 FBO #6280
SOLICITATION NOTICE

65 -- VeinViewer 4.0 Vision 2

Notice Date
1/31/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Rd;Pittsburgh, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24419Q0268
 
Response Due
2/8/2019
 
Archive Date
5/9/2019
 
Point of Contact
Amanda L. Williams
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for Brand Name VeinViewer 4.0 Vision 2 for the Pittsburgh VA Medical Center Anesthesia Department, 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 36C24419Q0268 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 339112 code has a small business size standard of 1000. (v) Contract Line Items (CLINS): VeinViewer 4.0 Vision 2. B.2 PRICE/COST SCHEDULE ITEM INFORMATION 0001 Veinviewer 4.0 Part No. 134-003104-01 2EA Cost$ ________________ B.3 DELIVERY SCHEDULE Delivery: VA Pittsburgh Healthcare System, University Drive Campus. University Drive C Pittsburgh, PA 15240 STATEMENT OF NEED - PRODUCT DESCRIPTION: A. GENERAL INFORMATION: VA Pittsburgh Surgical Service Anesthesia Department needs 2 VeinViewer 4.0 Vision 2 systems. VeinViewer Vision is a revolutionary breakthrough in the movement to improve treatment standards and provide the highest possible quality in patient care. The device uses near-infrared light and patented technologies to provide a venous "road map" and complement the clinician's tactile techniques for peripheral IV insertion and blood draws. VA Pittsburgh Surgical Service Anesthesia Department needs 2 VeinViewer 4.0 Vision 2 systems. VeinViewer Vision is a revolutionary breakthrough in the movement to improve treatment standards and provide the highest possible quality in patient care. This system will improve Patient and Physician Satisfaction with first attempt IV Placement and hands fee capability, Workflow, and lower CLABSI rate. The device uses near-infrared light and patented technologies to provide a venous "road map" and complement the clinician's tactile techniques for peripheral IV insertion and blood draws. Ability to demonstrate valves, flow and patency to ensure successful stick   VeinViewer Vision is a portable device that can be easily wheeled to various treatment areas throughout our facility. The head is mounted on a 6-axis joint and a reticulating arm allowing for optimal positioning over the IV insertion area. The head and arm remain stationary once positioned enabling eyes on patient hands-free utilization during the venipuncture procedure. Requiring no physical contact with the patient, the use of Vision is completely non-invasive. The VeinViewer has been tested to and complies with IEC60601-1-2 standard for Electromagnetic Compatibility (EMC) and for radiated and conducted emissions. This system will improve Patient and Physician Satisfaction with first attempt IV Placement and hands fee capability, Workflow, and lower CLABSI rate Product Specifications Version, Model Name: Version 2.0, Model Vision Weight: 55 lbs, 25kg Clearance: 60in, 152.4cm (Height with the Head Unit down) Base Dimensions: 22x22in, 55.9x55.9cm Arm Maximum Extension: 25in, 63.5cm US Medical Grade Power Cable Provided 6 cell Lithium Ion Rechargeable Battery Battery IR Wavelength, peak: Approximately 850nm Visible Wavelength, peak: Approximately 530nm Voltage Requirements: 100-240VAC, 1.3-0.7A, 50-60Hz Duty Cycle: Continuous Operating Temperature: +60 °F to +90 °F (+16 °C to +30 °C) Storage Temperature: -10 °F to +140 °F (-23 °C to +60 °C) Storage Humidity: 0% to 90% Non-condensing Atmospheric Pressure: 700 hPa 1,060 hPa (Storage and operating) Operating Humidity: 10% - 90% Non-condensing Classified FDA Class 1 Exempt Hospital grade stand with a 53 reach for positioning across a patient bed and used 2-4.5 ft above the floor Multi color projection (green yellow or white LED vine)  for image optimization on patients of all skin tones.06 Vein Width Accuracy on most common peripheral IV Veins; 3-7mm wide B. GOVERNMENT FURNISHED PROPERTY: The government will furnish no property to the contractor. CLAUSES: (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 MFG 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.williams4@va.gov and received no later than 02/08/2019 AT 12 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 MFG needs to be provided with your quote in order to be considered for the award. NO LATE OFFERS WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Justin Erdley at amanda.williams4@va.gov DELIVERY LOCATION: VA Pittsburgh Healthcare System, University Drive Campus University Drive C Pittsburgh, PA 15240 ATTN: Andrea Thomas NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0268/listing.html)
 
Place of Performance
Address: VAPHS;University Drive C;Pittsburgh, PA
Zip Code: 15240
Country: USA
 
Record
SN05208903-F 20190202/190131230052 (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.