SOLICITATION NOTICE
65 -- NO RISK DCPS: Portland - Itamar Medical - WatchPatOne Portable Sleep Studies IFCAP PO: 648- CS: Jeffrey Kelley
- Notice Date
- 11/2/2022 3:16:48 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0052
- Response Due
- 11/18/2022 1:00:00 PM
- Archive Date
- 12/18/2022
- Point of Contact
- Jeffrey Kelley, Contract Specialist, Phone: Not Listed
- E-Mail Address
-
jeffrey.kelley1@va.gov
(jeffrey.kelley1@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis - Solicitation for Commercial Items RFQ 36C26023Q0052 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 2022-08 This solicitation is set-aside for a VIP verified Service-Disabled Veteran Owned Small Business (SDVOSB). All SDVOSB s must be VIP verified at https://www.vetbiz.va.gov The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees The FSC/PSC is 6515. The Portland VA Healthcare System is seeking to purchase brand name or equal to Itamar Medical s Watch Pat One Direct disposable home sleep study with associated services. This will be a Firm Fixed Price Base + 4 Option Year contract. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure 0001 Brand Name or Equal to: Itamar Medical Watch PAT One Direct Part Number: CS2116045 Base Year 400 EA 0002 Brand Name or Equal to: Itamar Medical WatchPAT One Services Part Number: CS22116045 Base Year 400 EA 1001 Brand Name or Equal to: Itamar Medical WatchPAT One Direct Part Number: CS2116045 Option Year One 400 EA 1002 Brand Name or Equal to: Itamar Medical WatchPAT One Services Part Number: CS22116045 Option Year 1 400 EA 2001 Brand Name or Equal to: Itamar Medical WatchPAT One Direct Part Number: CS2116045 Option Year 2 400 EA 2002 Brand Name or Equal to: Itamar Medical WatchPAT One Direct Services Part Number: CS22116045 Option Year 2 400 EA 3001 Brand Name or Equal to: Itamar Medical WatchPAT One Direct Part Number: CS2116045 Option Year 3 400 EA 3002 Brand Name or Equal to: Itamar Medical WatchPAT One Services Part Number: CS22116045 Option Year 3 400 EA 4001 Brand Name or Equal to: Itamar Medical WatchPAT One Direct Part Number: CS2116045 Option Year 4 400 EA 4002 Brand Name or Equal to: Itamar Medical WatchPAT One Services Part Number: CS22116045 Option Year 4 400 EA REQUESTED SALIENT CHARACTERISTICS Diagnostic device must have: Connects to a smart device via Bluetooth Utilizes a user-friendly smart device application/mobile application Device options include two or three points of contact Device shall have the ability to: Allow for sensing Snoring level measured in decibel s Chest movement Movement (Actigraphy) Body position Central Apnea Hypopnea Index Device shall also detect: central sleep apnea oxygen saturation (Sp02) Rapid Eye Movement (REM) Light sleep Deep sleep Wake Peripheral arterial tonometry Respiratory Disturbance index Apnea-Hypopnea index Peripheral arterial tonometry sleep staging identification Device shall be disposable-single pt. use Must have ability for direct uploading of sleep study data to a secure cloud-based service that VA healthcare providers can access Utilizes one AAA battery for operation Has 24-hour customer support Has approximately 10 hours of use/recording time on the single AAA battery Data storage capacity requirement (up to 16mb of data) Compatible with Android (minimum OS of 5.0) and IOS (minimum of 10.0) Efficacy data available for use in patients with afib Contracted sleep study must manage all distribution of devices and the uploading of data to non-VA server for VA provider to interpret The purchase order period of performance/delivery is 90days ARO FOB destination in accordance with FAR 52.247-34. Place of Performance/Place of Delivery Address: Portland VA Healthcare System 1601 E Fourth Plain Blvd., Vancouver, WA Postal Code: 98661 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 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and SAM 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. For all clauses and provisions related to RFQ 36C26023Q0052 please see Attachment A clauses and provisions RFQ 36C26023Q0052. The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Brochures and descriptive literature for products quoted. All quotes must be submitted in PDF format. All quotes shall be sent to jeffrey.kelley1@va.gov subject RFQ 36C26023Q0052. No quotes will be accepted via the U.S. Postal Service. No hand delivered quotes will be accepted. Only emailed quotes to jeffrey.kelley1@va.gov will be accepted and reviewed, all other quotes not emailed will be deemed unresponsive and not considered for award. 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. Waiting for CO approved verbiage. The following are the decision factors: Waiting for CO approved verbiage. 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. RFQ 36C26023Q0052 closes on 11/18/2022 at 1:00 PM Pacific Standard Time. The last day to submit any questions concerning the RFQ 36C26023Q0052 is 11/09/2022 1:00 PM Pacific Standard Time. All answers to questions will be posted via amendment through RFQ 36C26023Q0052. IN ORDER TO MAINTAIN TRANSPARANCY NO QUESTIONS WILL BE ACCEPTED VIA TELEPHONE OR FAX. NO PHONE CALLS WILL BE ACCEPTED OR RETURNED CONCERNING RFQ 36C26023Q0052. ALL SUBMISSIONS MUST BE IN WRITTEN FORM VIA EMAIL ONLY TO THE CONTRACT SPECIALIST AT jeffrey.kelley1@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Point of Contact Jeffrey Kelley jeffrey.kelley1@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/773cff95ca024e16a2b4e54d341a375e/view)
- Place of Performance
- Address: Department of Veterans Affairs Portland VA Healthcare System 1601 E. Fourth Plain Blvd. Warehouse, Vancouver,, WA 98661, USA
- Zip Code: 98661
- Country: USA
- Zip Code: 98661
- Record
- SN06508387-F 20221104/221102230055 (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 |