Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2019 FBO #6351
SOLICITATION NOTICE

65 -- NX EQ Transport Ventilators

Notice Date
4/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;OPAL | Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697
 
ZIP Code
22408-2697
 
Solicitation Number
36C10G19Q0074
 
Response Due
5/13/2019
 
Archive Date
8/11/2019
 
Point of Contact
Ninatile.Bacote@va.gov
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: 36C10G19Q0074 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for Brand name or equal 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C10G19Q0074 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01, dated 22 January 2019. Requirement Description: VA has a requirement to purchase Transport Ventilators to deliver patient care at its VA Medical Centers around the country. Transport Ventilators are mechanical ventilators that are specifically designed to facilitate intra-hospital and/or interfacility transport of ventilated patients. These devices are relatively small and light weight and can be hand-carried if necessary during transport. Transport Ventilators may provide basic or advanced modes of ventilation for neonatal, pediatric and adult patients, depending on the model selected and features available. A single-award Firm-Fixed Price Requirements contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the terms for cost/price and technical capabilities of the Brand Name or Equal equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the associated size standard is 1,000 employees. This procurement action is issued as full and open competition. This acquisition is for a single-award Firm-Fixed Price Requirements contract in accordance with FAR Part 16.5 for Philips ® brand name or equal Transport Ventilators and related equipment and accessories as identified in ATTACHMENT A TRANSPORT VENTILATORS PRICE COST SCHEDULE. All interested companies shall provide a quote for all Contract Line Item Numbers (CLINs) listed in ATTACHMENT A TRANSPORT VENTILATORS PRICE COST SCHEDULE. The ordering period is for one year with two 12-month option years. Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. Questions regarding this combined synopsis/solicitation are due via email by 2:00PM EST on April 26, 2019 to Contract Specialist at Ninatile.Bacote@va.gov and Contract Officer at Beth.davis2@va.gov. No calls will be accepted. Quotes are due via email by 2:00PM EST on May 13, 2019 to Contract Specialist at Ninatile.Bacote@va.gov and Contract Officer at Beth.davis2@va.gov. Product Description Salient Characteristics Literature Review 1. SCOPE OF WORK: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Transport Ventilator product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Transport Ventilators are mechanical ventilators that are specifically designed to facilitate intra hospital and/or interfacility transport of ventilated patients. These devices are relatively small and light weight and can be hand-carried if necessary during transport. Transport ventilators may provide basic or advanced modes of ventilation for neonatal, pediatric and adult patients, depending on the model selected and features available. The contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Transport Ventilators to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for one 12-month base period with two 12-month option periods. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the quoter indicate that each product being offered as an equal product to the Philips ® Trilogy 202 Transport Ventilators. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The quoter must also clearly identify the item by brand name (if any) and make/model number. Finally, the quoter must 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 modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Item# Brand Part Number Description 0001 Philips Model Trilogy 202 (Model) 0002 Philips 1126379 SPRS-2 Roll Stand H-111 cm with Baseplate 0003 Philips 1043570 Detachable Battery Pack 0004 Philips 1131463 Kit Cyl Mount 108 mm 4.25 in (SPRS-2) 0005 Philips 1109602 KIT CO2 Transport Cart 0006 Philips 332497 Circuit Support Arm 0007 Philips 1076430 Assy Idle Mask Storage Bracket 0008 Philips 1080379 Post Accessory Mounting The Department of Veterans Affairs (VA) is seeking vendors who can provide Philips ® Trilogy 202 brand Transport Ventilators as listed above or equal commodities which meet all of the following salient characteristics: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION STATE WHERE SC IS REFLECTED IN TECHNICAL LITERATURE (PAGE/PARAGRAPH SC 1 Must have a minimum of three hours of internal battery life Literature Review SC 2 Must have SIMV and Assist Control modes Literature Review SC 3 Must have a minimum of 21-100% of FiO2 Literature Review SC4 Alarm Systems must be adjustable Literature Review SC 5 Must have Peak Inspiratory Pressure of 0-99 Literature Review **CLINs 0002-0008 are accessory items that are commonly procured with the Trilogy 202. While they may be desirable to meet facility requirements. They are not functioning requirements for the Trilogy 202. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-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/notices/530c5f4e1ce0cf42e1f3a1974e4731eb)
 
Record
SN05280411-F 20190414/190412230039 (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.