Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

65 -- Trophon 2 with accessories Brand Name Or Equal To (BNOE) Synopsis/Solicitation (RFQ) SDVOSB Set Aside

Notice Date
5/25/2023 3:40:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0640
 
Response Due
5/31/2023 11:59:00 AM
 
Archive Date
07/30/2023
 
Point of Contact
Scott James, Contract Specialist, Phone: 360 852 9878, Fax: N/A
 
E-Mail Address
scott.james@va.gov
(scott.james@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 Brand Name Or Equal To (BNOE) combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 [2023-02]. This solicitation is set-aside for: Service Disabled Veteran Owned Small Business (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 Employees. The FSC/PSC is 6515. The Roseburg VAMC (913 NW Garden Valley Blvd, Roseburg, OR 97471) is seeking to purchase Trophon 2 System with accessories. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Trophon 2. Includes: trophon2 - 10 Operator cards - 10 instrument tags -1 power cord 3 ea N/A N/A 0002 Trophon Cart 1 ea N/A N/A 0003 Trophon Printer USB Cable 3 ea N/A N/A 0004 Trophon Printer Cart Mount 2 (for trophon2 carts) 1 ea N/A N/A Salient Characteristics: Nanosonics trophon technology helps protect patients by delivering automated and consistent high-level disinfection (HLD) of ultrasound probes with every cycle For endocavitary and surface probes used in semi-critical and critical procedures, the fully-enclosed trophon technology#: Uses high-frequency ultrasonic vibrations to generate a sonically-activated, hydrogen peroxide (H2O2) mist that kills bacteria, fungi, viruses and mycobacteria Accesses all surfaces of the probe, including the body and handle, ensuring all crevices and imperfections are high-level disinfected Produces only water and oxygen as the environmentally-friendly by-products of the HLD cycle. Items Details: The trophon2 device streamlines your high level disinfection (HLD) processes with an integrated POC workflow. Automated POC reprocessing with the trophon2 device simplifies ultrasound workflows, taking up less time, space and resources than alternatives. This enables other clinical settings such as outpatient and primary care to introduce ultrasound procedures that might otherwise be impractical. The Trophon technology makes reprocessing in the patient environment (point of care) possible. Flexible installation options, the trophon2 device has been designed to be placed in patient examination rooms. Minimal hands-on time, the trophon2 device frees up your time for enhanced patient workflow. The Trophon2 device reduces the need for PPE and mitigates the risk of exposure to hazardous chemicals, fumes and spills that are often associated with wipes and soaks. Enclosed system with an easy-close door that automatically seals tight Enclosed disinfectant cartridge that is safe to handle with gloves No special ventilation requirements Environmentally friendly by-products (primarily water and oxygen) for safe and easy disposal. With enhanced usability and touch screen interface, the trophon2 devices navigates users through the disinfection process, ensuring staff members deliver consistent HLD of ultrasound probes with confidence. To further aid probe compatibility, the trophon2 device offers the following: Universal cable clamp which is compatible with a wider range of cable diameters* Hassle-free Integrated Probe Positioner (IPP) fitted inside the trophon2 dev. Delivery shall be provided 30-60 Days ARO FOB is Destination Place of Performance/Place of Delivery Address: Roseburg VAMC 913 NW Garden Valley Blvd, Roseburg, OR Postal Code: 97471 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 Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services www.sam.gov registration is required to be complete at time of submission of response. 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 Products and Commercial Services. 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 Products and Commercial Services [DEC 2022] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services [MAR 2023] The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs: b(1), b(2), b(3), b(8), b(19), b(21), b(26), b(28), b(29), b(30), b(31), b(32), b(49), b(50), b(51), and b(58). All quoters shall submit the following: Priced Quote, company name, SAM.gov UEI number, address, and business size, point of contact name, phone number, and e-mail address, OEM authorization to provide the items must be included in the response. OEM documentation confirming access to all required OEM items and parts must be included in the response. All quotes shall be sent to: Contracting POC Scott James at scott.james@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: Price Technical Acceptability The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show            (1) The solicitation number;            (2) The time specified in the solicitation for receipt of quotations;            (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;            (5) Terms of any express warranty;            (6) Price and any discount terms;            (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);            (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) 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 11:59am on 5/31/2023 at scott.james@va.gov. 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. Point of Contact: Contracting POC is Scott James at scott.james@va.gov. Phone number: 360 852 9878.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e87144126d247ad9efb13a5cf61bdeb/view)
 
Place of Performance
Address: Roseburg VAMC 913 Northwest Garden Valley Boulevard, Roseburg, OR 97471, USA
Zip Code: 97471
Country: USA
 
Record
SN06695236-F 20230527/230525230117 (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  © 1994-2020, Loren Data Corp.