Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2020 SAM #6635
SOLICITATION NOTICE

65 -- Pulmonary Function Machine

Notice Date
1/27/2020 9:50:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
263-NETWORK CONTRACT OFFICE 23 (36C263) MINNEAPOLIS MN 55417 USA
 
ZIP Code
55417
 
Solicitation Number
36C26320Q0221
 
Response Due
1/31/2020 8:59:59 PM
 
Archive Date
02/15/2020
 
Point of Contact
Steve HernandezSteven.Hernandez3@va.gov
 
E-Mail Address
Steven.Hernandez3@va.gov
(Steven.Hernandez3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Solicitation Number: 36C26320Q0221 1. DESCRIPTION OF SOLICITATION In accordance with FAR Part 13 this 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. This Solicitation is issued as a Request for Quotation (RFQ) for the following Commercial Items: Pulmonary Function Machine, Brand-Name or Equal, 100% Set-Aside for SDVOSBs Respond by: Please see INSTRUCTIONS TO OFFERORS below. SDVOSB Set-Aside: This solicitation is Set-aside 100% for Service-Disabled Veteran Owned Small Business (SDVOSB). Only VA verified SDVOSBs listed in the Vendor Information Pages (VIP) Database at the time of award of contract will be considered. Quotations from Non-VIP verified offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. Click on this link for Vetbiz: https://www.vip.vetbiz.gov/ Brand-Name Only/Brand-Name or Equal solicitation: This is a Brand-Name or Equal solicitation. NAICS code/Size Standard/PSC or FSC: NAICS code (North American Industrial Classification system: 339112 Size Standard for this NAICS code: 1000 employees PSC/FSC (Product Service Code/Federal Supply Code): 6515 Type of Contract/Award: The type of contract/award the government intends to make/enter for this solicitation is a single award, firm-fixed price purchase order. Contract Period: Delivery Days ARO. Method of Payment: Payment will be made electronically to: Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com. Provisions and Clauses: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: https://www.acquisition.gov/browsefar -or- https://www.va.gov/oal/library/vaar/ General Equipment Name: Pulmonary Function Machine, 438-20-1-040-0010 Brand name or equal to:�Vyntus BODY Diffusion System. Description & Salient Characteristics Vyntus BODY Diffusion System. 1110L body plethysmograph with max 551-pound patient bench 25-inch telescoping arm breathing circuit (including Ultrasonic sensor, Flow Path Valve, and Demand Valve) SentrySuite software WIN 10 PC with sanitizable medical keyboard/mouse 27-inch flat panel monitor Office Jet printer 3-L manual syringe DLCO 7bar pressure regulator 6-cylinder gas stand Box of 80 MicroGard IIB filters Tests performed: Spirometry (FVC, SVC, MVV), Lung subdivisions (VTG, FRCpl, RV, TLC, Raw, Conductance and specific resistance and Resistance Volume Loops), Real-time DLCO (both Single Breath and Intrabreath), MIP/MEP, and pre/post bronchodilator. Standard software includes: Guidance and Stabilitrac instructional applications, preformatted reports and reference sets with design tools for modification, automated interpretation algorithms, QA checks and physician interpretation templates. 1-year warranty plus 4 additional years of premium contract included. Device can be used as standalone. Standard cart 2 shelves top half cart is adjustable up/down height left/right mousepad monitor mount mounting mechanism for arm isolation transformer cable-management spine. GAS .3%CO .3%CH4 21%02 BAL N2 (ED) PULMONARY OR EXERCISE ONSITE TRAINING 3 DAYS Pulmonary Function and/or Cardiopulmonary Exercise Onsite Training Course for 3 days.Clinical Applications Specialist. Attendee/s will participate in an interactive session on the proper operation pulmonary function and/or cardiopulmonary exercise device/s. Includes AARC CRCE credits for up to 3 persons. VMAX BIOMEDICAL TRAINING 3 DAYS 1 PERSON Biomedical Training Course for 3 days with a Vyaire Biomedical Instructor held at vendor Training Facility for 1 attendee. Attendee will participate in both lecture and lab time designed to provide information to effectively troubleshoot problems, make necessary repairs and perform periodic maintenance. SENTRYCONNECT SEAT LICENSE FOR SES Single Seat license to connect to SentryConnect gateway- SentrySuite instrument, SentrySuite reading station, Sentry.NET remote access. Evaluation Criteria Technically acceptable (meets or exceeds salient characteristics) Small business consideration Service-Disabled Veteran Owned Small Business; SDVOSB, and Veteran Owned Small Business; VOSB Cost Required Individual Line Items & Quantity of Items (1 each) Vyntus BODY Diffusion System. (1 each) Standard cart with 2 shelves (1 each) PULMONARY OR EXERCISE ONSITE TRAINING 3 DAYS (2 each) VMAX BIOMEDICAL TRAINING 3 DAYS 1 PERSON (1 each) SENTRYCONNECT SEAT LICENSE FOR SES (1 each) GAS .3%CO .3%CH4 21%02 BAL N2 (ED) (2 each) Maintenance Manuals, User Manual, Cleaning Instructions (CD, PDF or Word) Optional Line Items Warranty Information 1 Year Warranty or Manufacturer s Warranty Whichever is greater. Delivery Requirements: All products should be ordered to arrive on or about 15 Feb 2020. Please include any shipping costs that are not included in the cost of the line items. All items to be shipped F.O.B. destination. Shipping shall be included in the product price and shall not be billed separately. Any additional materials to include the standard warranty information, training and cleaning materials and proper care for upkeep are required upon delivery. 2.c DELIVERY: Delivery Terms: 30 Calendar Days or Less ARO, FOB Destination. Deliver to: Department of Veteran Affairs Sioux Falls VA Health Care System Warehouse 2501 W.22nd Street PO Box 5046 Sioux Falls, SD 57105-1305 3. INSTRUCTIONS TO OFFERORS The Provision FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. (End of Provision 52.212-1) Addendum to 52.212-1 Instructions to Offerors Commercial Items: Respond by: Offerors are to email complete offers to, Steven.Hernandez3@va.gov Offers must be received no later than: 02:00pm CST Friday January 31, 2020. Please include in the subject line: Solicitation 36C26320Q0221 Pulmonary Function Machine Letter of Authorization to Distribute for the Original Equipment Manufacturer: In accordance with the Original Equipment/No Gray Market Goods language under TERMS & CONDITIONS stated below, a letter of Authorization to Distribute shall be included with the offer and received before the closing time and date of this solicitation. (End of Addendum to 52.212-1) 4. EVALUATION OF OFFERS The Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA The basis for award will be Lowest Price Technically Acceptable - evaluated on technical capability of the item offered to meet the Government requirement. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. Past performance IAW 9.104-3(b). The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). (End of Provision 52.212-2) 5. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if indicated as instructed by the language of the provision. (End of Provision 52.212-3) 6. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017), applies to this acquisition. (End of Clause 52.212-4) ADDITIONAL SIMPLIFIED ACQUISITION TERMS AND CONDITIONS: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70,�Commercial advertising (Jan 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) 852.232-72, Electronic submission of payment requests (NOV 2012). Original Equipment/No Gray Market Goods (a) 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 remanufactured, used, expired, outdated (old edition or old model) or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. (b) Offeror shall be a distributor that is authorized directly by the manufacturer (OEM) of the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter from the manufacturer. The OEM s warranty and service shall be provided and maintained by the OEM and pass through to the VA. 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 and shall pass through to the VA. (c) The delivery of remanufactured, used, expired, outdated (old edition or old model) or 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. 7. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End Clause 52.212-5) ** end solicitation** Optional Line Items Warranty Information 1 Year Warranty or Manufacturer s Warranty Whichever is greater. Delivery Requirements: All products should be ordered to arrive on or about 15 Feb 2020. Please include any shipping costs that are not included in the cost of the line items. All items to be shipped F.O.B. destination. Shipping shall be included in the product price and shall not be billed separately. Any additional materials to include the standard warranty information, training and cleaning materials and proper care for upkeep are required upon delivery.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0ae62a4d8635491ba96e9faaa825d355/view)
 
Place of Performance
Address: Sioux Falls VA Medical Center;2501 W. 22nd Street;Sioux Falls, SD 57105, USA
Zip Code: 57105
Country: USA
 
Record
SN05544488-F 20200129/200127230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.