SOLICITATION NOTICE
65 -- Philips Respironics Bipap V30 and Roll Stands Closes 05/13/2019 2:00 PM EST
- Notice Date
- 5/7/2019
- 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
- 36C24419Q0668
- Response Due
- 5/13/2019
- Archive Date
- 6/12/2019
- Point of Contact
- amanda.williams4@va.gov
- Small Business Set-Aside
- N/A
- 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 Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 effective May 6th, 2019, and the Veterans Affairs Acquisition Regulation (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisition.gov. This Solicitation is being competed as Unrestricted. The NAICS Code is 339112-Surgical and Medical Instrument Manufacturing and the business size standard is 1,000 employees. *Note: To be eligible to receive an award from this RFQ, vendor must be registered and certified in the VIP database, if applicable. The Philadelphia VA Medical Center; 3900 Woodland Avenue; Philadelphia, PA 19104 has a brand name requirement for Philips Respironics Bipap V30 and Roll Stands. The specific items required, and quantities are listed below. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 0002 1111178-Bipap V30 Auto 1098538- Roll Stands A Series 6 EA 6 EA Place of Performance Address: Philadelphia VA Medical Center, 3900 Woodland Avenue Philadelphia, PA Postal Code: 19104 Country: UNITED STATES STATEMENT OF NEED The Philadelphia s CMCVA Medical Center is seeking to replace its Respironics noninvasive ventilation system systems (BIPAP) purchased 10 years ago. Respironics technology the last 10 years has exponentially evolved into improving the variation of breathing modes for different types respiratory disorders. The following characteristics are expected of noninvasive ventilation systems at the Philadelphia VA by critical care and emergency room providers. They include the following ventilation therapy modes: Able to provide Bilevel positive airway pressure-spontaneous/timed (BiPAP S/T) uses a fixed tidal volume that automatically adjusts to a patient's needs. Able to provide Continuous positive airway pressure (CPAP) a ventilation therapy that treats obstructive sleep apnea (OSA). Able to provide auto CPAP a mode that permits self-regulation in the amount breath the patient receives, significant improvement in the tolerance by the patient to the therapy. S/T (Spontaneous-Timed) used to treat chronic obstructive pulmonary disease, obesity hypoventilation (shallow breathing), neuromuscular disorder (chest muscle atrophy) Auto SV with Bi-Flex, mode used to complex central or mixed apneas (period in the respiratory cycle where breathing stops) T (Timed) with AVAPS (average volume assured pressure support), treatment for chronic obstructive pulmonary disease and neuromuscular disorder (chest muscle atrophy) Offerors are requested to quote Firm Fixed Price for the line items on the Schedule of Supplies and Services listed above. Any award resulting from this solicitation will be issued on a Standard Form 1449. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. Interested vendors are advised to monitor www.FBO.gov for any amendments to this solicitation that may be posted. Vendors are advised that any questions concerning this solicitation must be sent in writing to the Contract Specialist at NCO 4, Pittsburgh, PA. Questions may be sent via email to Ms. Amanda L. Williams at amanda.williams4@va.gov. No questions will be answered after 3:00 p.m. EST on Friday, May 10th, 2019. GOVERNMENT FURNISHED PROPERTY: The government will furnish no property to the contractor. The following FAR and Veterans Affairs Acquisition Regulation (VAAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) The following instructions are added as addenda: 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 remanufacturers or gray market items will be acceptable. 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. 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 to 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. Evaluation of this requirement will be based on PRICE ONLY. (AUTHORIZED DISTRIUBTOR LETTERS FROM THE MFG MUST BE INCLUDED) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) The following provisions apply and are incorporated by reference and full text: 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 The Government intends to award a Firm-Fixed-Price Purchase Order as a result of this Request for Quote to the responsible offeror quotes the lowest price and meets the delivery schedule. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The following FAR and VAAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A Contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI) (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) VAAR 852.246-71 Rejected Goods (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 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) 52.225-1, Buy American-Supplies (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result 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:" Offeror(s) shall list exception(s) and rationale for the exception(s). Quote Submission Instructions: Quotes shall be sent electronically via email to amanda.williams4@va.gov. All quotes are due by 2:00 PM EST on May 13, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All Offerors shall submit the following: One (1) electronic copy of the quote. Quote should include pricing for each line item, total cost, and number of days for delivery. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTERS FROM THE MFG needs to be provided with your quote to be considered for the award. Point of Contact Amanda L. Williams, Contract Specialist amanda.williams4@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-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/PiVAMC646/36C24419Q0668/listing.html)
- Place of Performance
- Address: Philadelphia VA Medical Center;3900 Woodland Avenue;Philadelphia, PA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN05304107-F 20190509/190507230039 (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 |