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 -- Watchpat Devices Replacement Equipment, Columbus

Notice Date
5/25/2023 11:53:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q0760
 
Response Due
5/31/2023 2:00:00 PM
 
Archive Date
08/29/2023
 
Point of Contact
Gina P. Crank, Contracting Officer, Phone: 614 625 1236, Fax: NA
 
E-Mail Address
gina.crank@va.gov
(gina.crank@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The Government reserves the right to make no award from this solicitation.   This is a request for quote (RFQ), and the solicitation number is 36C25023Q0760. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2023-02, effective 03/16/2023. The associated NAICS Code is 339112, Surgical and Medical Instrument Manufacturing. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Columbus VA Ambulatory Care Center home sleep testing units that diagnose home Sleep Apnea. The Columbus VA currently owns WatchPAT 200 units that will become obsolete in 2024 per the manufacturer. This requirement is to upgrade to the WatchPAT 300 units in order to continue to provide service to our Veterans. The requested units must be compatible to our existing ZZZPat, advanced automatic algorithm software for scoring of respiratory events. The requested units must be able to measure up to 7 Peripheral Arterial Tones PAT Signal, Heart Rate, Oximetry, Actigraphy, Body Position, Snoring, and Chest Motion. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only Itamar Medical, and their authorized Service-disabled Veteran Owned Small Business (SDVOSB) can supply this requirement. Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than May 31, 2023, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.  ITEM INFORMATION AC21013XX 12 White WatchPAT300 uPAT Probes 180.00 AC20001XX Adhesive Set for SBP Sensor 180.00 AC30003XX Central Plus Add-On Kit with RESBP US & ROW 30.00 CS10002XX Discount WatchPAT -30.00 AC21107XX Watch-PAT300 30.00   STATEMENT OF WORK (SOW) PROGRAM REQUESTOR/MANAGER). Name: Eric Wilhelm Section: Supply Chain Management Address: 420 North James Rd Columbus, Ohio 43219 Phone Number: 614-257-5520 / 614-546-5101 Fax Number: E-Mail Address: Eric.Wilhelm@va.gov 2. Contract Title. WatchPAT 300 3. Background. Home Sleep Testing Units. Currently use VA Owned WatchPAT 200 units that will become obsolete in 2024 per Manufacturer. Need for upgrade to WatchPAT 300 units in order to continue to provide service to our Veterans. Current WatchPAT software SaaS approved: Will need upgraded version. 4. Scope. Diagnostic Home Sleep Apnea Testing units. Provide simple, accurate and reliable sleep apnea testing. Itamar/Zoll WatchPAT: Home Sleep Testing Required to Meet Mission Act 5. Specific Tasks. Diagnostic Home Sleep Apnea Testing units. Provide simple, accurate and reliable sleep apnea testing. 6. Performance Monitoring NA 7. Security Requirements SaaS product has no direct connections or interfaces to VA systems or network Users consent to share their data (which may include PII and PHI) directly with the SaaS provider. SaaS provider must have published terms and conditions for user consent. VA providers access data in a view-only mode, or with limited functionality per the user s consent. All data processed by SaaS provider shall be owned by SaaS provider/user. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). NA 9. Other Pertinent Information or Special Considerations. NA 10. Risk Control NA 11. Place of Performance. Chalmers P. Wylie ACC 420 North James Rd Columbus Ohio 43219 12. Period of Performance. 30 Days ARO 13. Delivery Schedule. Negotiable upon award The 11 Federal Holidays observed by the Federal Government are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth Day June 19 Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25th The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (MARCH 2023) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (DEC 2022) 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 (DEC 2022) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MARCH 2023) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (FEB 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MARCH 2023) The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product. All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@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 award will be made to the response most advantageous to the Government. Responses should contain your best terms and 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 31, 2023 by 5:00 PM EST to gina.crank@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 Gina P. Crank Contracting Officer Network Contract Office (NCO) 10 Office: 614-625-1236 Email: gina.crank@va.gov DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID:_ 36C250-23-AP-3130 Contracting Activity: Department of Veterans Affairs, VISN 10, Chalmers P. Wylie Ambulatory Care Center 420 North James Rd Columbus, Ohio 43219 757-23-3-096-0324 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: Portable home sleep study unit to test patient for Obstructive Sleep Apnea. 30 Units @ $4,120.02 = $123,600.00 (Unit and Supplies) Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Ability to use the Current software in use at the Chalmers P. Wylie Facility ZZZPat Software with an advanced automatic algorithm for scoring of respiratory events These unit must be able to Measure up to 7 Peripheral Arterial Tones PAT Signal, Heart Rate, Oximetry, Actigraphy, Body Position, Snoring, Chest Motion. Clinical Parameters AHI Apnea / Hypopnea Index AHIc Central Apnea/Hypopnea Index RDI Respiratory Disturbance Index ODI Oxygen Desaturation Index Wake / Sleep True Sleep Time REM / Deep / Light - Sleep Stages Complete Sleep Architecture Body Position Indices Snoring Heart Rate Chest Movement Pulse Oximetry Actigraphy Must only have 3 points of contact with the patient Description of market research conducted and results or statement why it was not conducted: Market research was completed, it was found that NightOwl and Sleep Image do not have the required FEDRamp approval that is required for software. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ ________________________ Gina P. Crank Date
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81963f90127844bb991f284d831974a0/view)
 
Place of Performance
Address: Chalmers P Wylie VA Ambulatory Care Center 420 North James Road, Columbus, OH 43219, USA
Zip Code: 43219
Country: USA
 
Record
SN06695240-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.