SOLICITATION NOTICE
65 -- Small Business Set-Aside - Brand Name or Equal - Ultrasounds for ICU & Pulmonary Units
- Notice Date
- 3/9/2020 3:13:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24920Q0137
- Response Due
- 3/18/2020 12:00:00 AM
- Archive Date
- 05/17/2020
- Point of Contact
- Sascha Hertslet, Contract Specialist
- E-Mail Address
-
SASCHA.HERTSLET@VA.GOV
(SASCHA.HERTSLET@VA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Brand Name or Equal Point-of-Care Ultrasound . Page 2 of 8 I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 document will not be issued. II. The combined synopsis/solicitation number is 36C24920Q0137. It 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 FAC 2020-04, effective 01/15/2020. IV. The combined synopsis/solicitation is 100% Set-Aside for Small Businesses. Offeror must be registered in System for Award Management (SAM) www.SAM.gov prior to being considered for Award. The NAICS is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1250 employees for manufacturers. Nonmanufacturing business size standard is 500 employees. V. & VI. This combined synopsis solicitation is for the purchase of Brand Name or Equal ultrasound system IAW FAR 11.104(b) and FAR 52.211-6: SUPPLIES: LIN Unit Qty Description 0001 EA 2 GE HEALTHCARE VENUE GO ULTRASOUND MFR P/N: H8049VG 0002 EA 2 VENUE GO ADJUSTABLE CART WITH POWER CORD, MFR P/N:H8049GC 0003 EA 2 GE HEALTHCARE TRANSDUCER 3SC-RS, WIDE BAND PHASED ARRAY, 1.7 4.0 MHz IMAGING FREQUENCY, MFR P/N: H45041DL 0004 EA 2 GE HEALTHCARE TRANSDUCER L4-12T-RS, WIDE-BAND LINEAR ARRAY, 4.2 13.0 MHz IMAGING FREQUENCY MFR P/N: H48062AB 0005 EA 2 GE HEALTHCARE TRANSDUCER C1-5-RS) - WIDE-BAND CONVEX ARRAY (USA POC ONLY) 2.0 5.0MHz IMAGING FREQUENCY MFR P/N: H40482LJ 0006 EA 2 PAPER COPY USER MANUAL, ENGLISH LANGUAGE SALIENT FUNCTIONAL, PHYSICAL, OR PERFORMANCE FEATURES; Primary use is for guiding procedures and enhancing physical assessments NOT intended to replace the normal procedure of ordering RADIOLOGY test. Any feature for storing/transmitting patient information must be capable of being disabled/removed from the ultrasound machine. Flush touchscreen finish and controls to minimize breakage points, snag hazards, and infectious control protocols. No knobs or buttons. Quick startup and one-touch selection to perform point of care emergency ultrasound in emergency medicine. Must be able to differentiate cardiac causes of acute breathlessness Auto Velocity Time Integral (VTI) feature to rapidly determine source of shock Auto Inferior Vena Cava (IVC) feature to rapidly determine source of shock Measure IVC collapsibility or distensibility accurately and automatically Implement and support the Focused Assessment with Sonography for Trauma (FAST) exam to assess hemoperitoneum or pericardial tamponade after trauma. Support bedside assessment of cardiac and lung functionality and abnormalities through visual and artificial-intelligent (AI) supported software Display lung diagram with lung s pleural line, A-lines, and B-lines Assess Pulmonary edema, pneumothorax, pleural effusion 17-in LCD monitor with impact resistant glass and slim frame Steep Needle Profiling technology and Tissue Doppler imaging or equivalent for needle guidance and insertion for such procedures as thoracentesis, chest-tube insertion, pleural drainage, needle aspiration biopsy, steep angle nerve block, and catheter placement 2-Dimensional (2D) grayscale Multi Beam Technology Color Doppler 2D Color Flow Imaging Visualize the presence and direction of blood flow in a wide range of flow states Auto Gain with Tissue Optimization technology Manual and Auto Gain adjustment/capability to differentiate between Bone and Soft Tissues. High Definition (HD) Imaging Technology - 1080 Resolution Minimum Color and gray scale M-mode capability Velocity color flow imaging Capability to differentiate between arterial and venous flow. Tissue Harmonic Imaging (THI) - Optimum Signal to Noise Ratio that provided higher than normal receiver sensitivity Easy to use and read Graphical User Interface using touchscreen technology Provide Visual & Audible Warnings when portable battery is low DICOM Networking capable to support DICOM media storage and printing Ethernet capable (wired and wireless) to an enterprise data management system or PACS. USB-Printer connectivity capable Ultrasound is Cart-mounted or integrated to ensure safe transport of device between patients and hospital departments Cart s wheels are lockable Cart is well-balanced, difficult to tip-over, and easy to maneuver Cart and ultrasound have the smallest footprint capable to allow for other equipment, staff, or procedures to be performed in conjunction with the ultrasound device. Power cords are easy to store and manage to minimize tripping or snag hazards Elevated Transducer Holders for three transducers Embedded Triple Transducer Connectors Curvilinear Array Transducer to support RUSH exam sequencing Wide band phased-array and linear-array transducers Power Supply: 100 to 240 VAC, easy to plug in to a standard wall outlet for recharging Lithium battery life Last Two hours when not plugged in. Charge time: No longer than 2 hours. Standby mode: 72 hours minimum. Durable to withstand occasional accidental bumps into door frames, walls, beds, wheelchairs, gurneys, etc. Software must be compatible with PC operating system architecture Easy to clean FCC compliant IPX7 standard for temporary water immersion protection or equivalent Universal Labs or equivalent certification for standards of product safety Easy to move with good grip points Condition: NEW. Warranty: 5-year (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.� SERVICES: If offering other than GE Healthcare Venue GO; otherwise, not needed On-site training of staff in device use, function, and general maintenance. Access to on-line digital training media for device use, function, and general maintenance for recurrent staff training. VII. FOB Destination, Delivery and Acceptance will be: Memphis VA Medical Center, 1030 Jefferson Avenue, Memphis, TN 38104 Date for Delivery: No later than 30 days after receipt of order (ARO) or award of contract. If FOB Origin, Offeror must complete the highlight portions to the attached VA Form 134a. VIII. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2018), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: (c): Period for acceptance of Quote is a minimum of 60 calendar days. (End of Addendum) All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) IX. Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror based on the Best Value to the Government via a comparative evaluation: i.e. Award will be made to the government quote that meets or exceeds ALL requirement of this solicitation at a fair and reasonable price (Firm Fixed Price) based on both price (unit and trade-in credit) and non-price considerations like technical specifications, warranty, delivery schedule, any free accessories or services, etc. (b) Options. NA Addendum to FAR 52.212-2, Evaluation Commercial Items: (a) DEFINITION(S) - Comparative Evaluation: The act of comparing two or more offers or proposals in response to an RFQ or RFP. The item-by-item comparison is performed by comparing each offer or proposal to one another to determine which provides the best benefit to the government. This may result in an award to a higher-priced Offeror. The government is not bound to make award to an offer/response that exceeds the requirements if it provides no value or benefit to the government. (End of Addendum) X. Provision 52.212-3 Offeror Representations and Certifications Commercial items (OCTOBER 2018) applies to this acquisition. Offeror MUST provide with their quote a completed copy of their Representations and Certifications per 52.212-1(b)(8). Offeror Representations and Certifications can be accessed electronically at the following web address: https://www.acquisition.gov/far/index.html or https://www.sam.gov/portal/SAM/portal XI. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and does not include an addendum. XII. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including, if any, additional FAR clauses cited in the clause are applicable to the acquisition. (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (46) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). (47)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 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://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2016 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-8 DISCOUNTS FOR PROMPT PAYMENT FEB 2002 (End of Clause) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR Number Title Date 52.211-6 52.212-3 Brand Name or Equal Offeror Representations and Certifications Commercial Items AUG 1999 OCT 2018 (End of Provision) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINT MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) . The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (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) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) (a) In an effort to achieve socioeconomic small business goals, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs) as subcontractors. (b) Eligible service-disabled veteran-owned small businesses offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-Owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in the Vendor Information Pages (VIP) database. (c) Non-Veteran offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database. (d) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) (a) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses (SDVOSBs) or veteran-owned small businesses (VOSBs) proposed as subcontractors in accordance with 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value. (b) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of Clause) 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, email, 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 in this paragraph (e), 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) XIII & XIV Intentionally Left Blank. XV. This RFQ closes March 18, 2020, 16:00 hrs (CST). Final Offer package will be put into one .pdf-formatted attachment and emailed to sascha.hertslet@va.gov with subject line Quote- RFQ 36C24920Q0137-POCUS. Multiple emails will not be accepted. Our email server has a size limitation of 5 GB. Zip files will be removed and therefore, will not be considered. Email attachment must in the English language. Font type & size must be appropriate for easy and quick viewing, 10 point or greater. Only acceptable font types are Calibri, Times New Roman, Courier, or Arial. Documents must only be 8 � x 10 inches in size, with one-inch margins all around. No more than 10 pages in the final pdf attachment. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No grey market or refurbished item(s). The Government reserves the right to make no award at all. Include a link in the quote to a video product demonstration. Must include offer s DUNS 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). XVI. Phone calls and fax will not be accepted, all questions or concerns must be submitted via email to sascha.hertslet@va.gov, with subject line Questions- RFQ 36C24920Q0137- POCUS by Monday, March 16, 2020, 12:00 hours (CST).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c7a8e470cf9e4a4fab8c1a75aba8b4d6/view)
- Place of Performance
- Address: Memphis VA Medical Center;C/O Logistics;1030 Jefferson Avenue;Memphis, TN 38104, USA
- Zip Code: 38104
- Country: USA
- Zip Code: 38104
- Record
- SN05583558-F 20200311/200309230158 (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 |