SOLICITATION NOTICE
65 -- 6515 - Endometrial Ablation System
- Notice Date
- 5/9/2022 9:14:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822Q0944
- Response Due
- 5/16/2022 9:30:00 AM
- Archive Date
- 06/15/2022
- Point of Contact
- Melissa Everett, Contracting Specialist, Phone: 561-628-6754
- E-Mail Address
-
melissa.everett@va.gov
(melissa.everett@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, April 26, 2022. This solicitation is set-aside for SDVOSB for BRAND NAME OR EQUAL equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 - Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees. The FSC/PSC is 6515 - Medical and Surgical Instruments, Equipment, and Supplies. The West Palm Beach VA Medical Center is seeking to purchase Endometrial Ablation Systems that are Brand Name or Equal to Novasure RFC Model 10 controller, RFC2010-110. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Endometrial Ablation System (Brand Name or Equal to Novasure RFC Model 10 controller, RFC2010-110) 2 EA Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified/provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. Only new equipment is acceptable; no remanufactured, used/refurbished or ""gray market"" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. Required salient characteristics/standards are listed below. Salient Characteristics-Endometrial Ablation System Essential/significant physical, functional, or performance characteristics: a) Continuously monitors and measures tissue impedance and calculates the optimal power level required for the treatment of the cavity - based on uterine size. b) Integrated suction that maintains tissue contact with the array even in irregular anatomy. c) Performs a Cavity Integrity Assessment (CIA), a built-in safety test that conforms uterine cavity integrity, giving the surgeon the confidence to perform a safe and effective ablation for every patient. d) Terminate upon reaching a clinical end point, which is 50 ohms of impedance. e) Intended to ablate the endometrial lining of the uterus in premenopausal women, for whom childbearing is complete. Period of Performance/Delivery Timeframe Delivery shall be provided no later than 60 days after receipt of order (ARO). FOB Destination. Quoted price shall include delivery. Place of Performance/Place of Delivery Address: West Palm Beach VA Medical Center 7305 North Military Trail West Palm Beach, FL 33410-6400 Postal Code: 33410-6400 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders In addition, though not limited only to those listed on this announcement. The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp All quoters shall submit the following: The name, address, and telephone number of the vendor Tax Identification Number (TIN) DUNS Number / Cage Code Point of Contact for submission of orders if awarded a contract Authorized Distributor Letter certified by OEM Quoted price shall include delivery All quoters shall submit their quotes along with their authorized distribution letter from the manufacturer to verify they are an authorized distributor of the products provided. Any quotes received without an authorized distribution letter will be considered non-responsive. All quotes shall be sent to the following email melissa.everett@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical capability or quality of the item to the extent to which it can meet and/or exceed the Government s requirements as outlined in this solicitation and based on the information requested in the instructions to quoters section of this solicitation Price The Government intends to award a single Firm-Fixed Price (FFP) award contract. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than May 16, 2022, 12:30 PM EST at melissa.everett@va.gov. Ensure to reference solicitation number 36C24822Q0944 within subject line of the email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below and shall be received not later than May 13, 2022, 12:30 PM EST. Point of Contact Melissa Everett melissa.everett@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bdbbd63fc0de42e3aa1bee14ae7cf2ce/view)
- Record
- SN06321504-F 20220511/220509230057 (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 |