Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOLICITATION NOTICE

65 -- NX EQ Intensive Care Ventilators (VA-24-00028985)

Notice Date
12/12/2024 9:13:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G25R0013
 
Response Due
12/26/2024 1:30:00 PM
 
Archive Date
02/24/2025
 
Point of Contact
Maurice D. Christian, Contract Specialist, Phone: Contracting Officer, Fax: Jessica Edwards
 
E-Mail Address
Maurice.Christian@va.gov
(Maurice.Christian@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 Notice Combined Synopsis/Solicitation Notice Page 8 of 8 Combined Synopsis/Solicitation Notice 36C10G25R0013 *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 8 Solicitation Number: 36C10G25R0013 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION 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; proposals are being requested and a written solicitation will not be issued. Solicitation 36C10G25R0013 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-05, dated May 22, 2024. Requirement Description: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Intensive Care Ventilators product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Intensive Care Ventilators are mechanical devices that can be configured to provide invasive ventilation (e.g., with an endotracheal tube or tracheostomy tube) or noninvasive ventilation (e.g., with a face mask). These ventilators are life support devices that move gas (e.g., air and/or oxygen) to and from a patient's lungs. These devices may provide temporary or permanent respiration for patients who cannot breathe on their own, or who require assistance maintaining adequate ventilation because of illness, trauma, congenital defects, or the effects of drugs (e.g., anesthetics). In most cases, these ventilators are used for a short period of time (a few days to a few weeks) to deliver pressurized medical gases to the patient's lungs to support gas exchange and rest ventilatory muscles until the patient is able to breathe without mechanical assistance. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies. The associated size standard is 1,000 employees. Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (SA). This acquisition is for a single award Requirements contract, IAW FAR Part 16.5, for Hamilton C6® or Equal Intensive Care Ventilators or equal Units and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ Intensive Care Ventilators. All interested companies shall provide a quote for all Contract Line Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX EQ Intensive Care Ventilators. The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda also applies to this acquisition. Proposers are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached. All interested proposers must be registered in the System for Award Management (SAM) prior to submitting a quote. You may access SAM at https://sam.gov/SAM/. Questions regarding this combined synopsis/solicitation are due via email by 4:30PM EST on December 19, 2024, to Contract Specialist, at Maurice.Christian@va.gov and Contracting Officer, at Jessica.Edwards6@va.gov. No calls will be accepted. Proposals are due via email by 4:30 EST on December 26, 2024, to Contract Specialist, , at Maurice.Christian@va.gov, and Contracting Officer, at Jessica.Edwards6@va.gov. PRODUCT DESCRIPTION 1. SCOPE OF WORK: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Intensive Care Ventilators product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. Intensive Care Ventilators are mechanical devices that can be configured to provide invasive ventilation (e.g., with an endotracheal tube or tracheostomy tube) or noninvasive ventilation (e.g., with a face mask). These ventilators are life support devices that move gas (e.g., air and/or oxygen) to and from a patient's lungs. These devices may provide temporary or permanent respiration for patients who cannot breathe on their own, or who require assistance maintaining adequate ventilation because of illness, trauma, congenital defects, or the effects of drugs (e.g., anesthetics). In most cases, these ventilators are used for a short period of time (a few days to a few weeks) to deliver pressurized medical gases to the patient's lungs to support gas exchange and rest ventilatory muscles until the patient is able to breathe without mechanical assistance. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Intensive Care Ventilators to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the proposer indicate that each product being offered as an equal product to the Hamilton C6® or Equal Intensive Care Ventilators. For each equal product, the proposer must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The proposer must also clearly identify the item by brand name (if any) and make/model number. Finally, the proposer must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Items Manufacture Part Number Description 0001 Hamilton 160021 HAMILTON-C6 Ventilator (Includes Trolly) 0002 Hamilton 160971 HAMILTON-C6 O2 Cylinder Holder 0003 Hamilton 160184 HAMILTON-C6 Communication Board (CO2, SpO2, Aerogen w/ Cable) 0004 Hamilton 160969 HAMILTON-C6 Humidifier Holder 0005 Hamilton 160185 HAMILTON-C6 Communication Board (CO2, SpO2) 0006 Hamilton 281718 CAPNOSTAT-5 CO2 SENSOR 0007 Hamilton 160154 HAMILTON-C6/C3 Quick Lock 0008 Hamilton 160162 HAMILTON-C6/C3 Water Bag Pole 0009 Hamilton MSP369130 HAMILTON-C6 Li-Ion Battery 0010 Hamilton 369136 HAMILTON-C6 Battery Calibrator 0011 Hamilton 160760 HAMILTON-C6 P/V Tool Pro Application 0012 Hamilton 160762 HAMILTON-C6 High Flow O2 Therapy Application 0013 Hamilton 160763 HAMILTON-C6 IntelliSync+ Application 0014 Hamilton 160752 HAMILTON-C6 nCPAP-PS Application 0015 Hamilton 160751 HAMILTON-C6 Neonatal Application The Department of Veterans Affairs (VA) is seeking vendors who can provide Hamilton C6® or Equal Intensive Care Ventilators or equal as listed above which meet all the following salient characteristics. Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. The columns highlighted below SHALL BE completed. CLINS 0001 apply to the following SCs: SC # Salient Characteristics Method of Evaluation MUST BE COMPLETED APPLICABLE CLINS PAGE # WHERE SC IS FOUND IN TECHNICAL LITERATURE SC 1 Must have an Adult Inspiratory Flow capable of 120L/min or higher Literature Review SC 2 Must have CMV, SIMV, Pressure controlled-CMV, Spontaneous, and CPAP Ventilation modes Literature Review SC 3 Must have a Respiratory Rate (or b/min Rate) range of 1 to at least 80 or better Literature Review SC 4 Must have an FiO2 (Oxygen) Range of at least 21 to no less than 100 Literature Review SC 5 Must be able to connect to Electronic Medical Records (EMR)/Electronic Health Records (EHR)/CERNER/Patient Data Management. Literature Review SC 6 Must have a Battery Back-up that is hot swappable or can be automatically switched from internal to external Literature Review SC 7 Must have at a minimum of 1-hour external battery backup run time Literature Review SC 8 Must have alarms for: -Apnea -High/Low Pressure/Airway Pressure -Loss of Power or Internal Battery/ Battery Failure -Low Minute Volume/Volume Monitoring (VT) -Low Tidal Volume or Expiratory Minimum Volume/Low Airway Pressure -Low Oxygen/O2 concentration (FiO2) -Circuit Disconnect/Disconnection Literature Review SOFTWARE INSTALLATION AND UPDATES The Contractor grants to VA non-exclusive, non-transferrable licenses to use the Intensive Care Ventilators and all associated accessories and software, including any documentation, for the systems intended purposes. At no additional cost, Customer will be entitled to Software updates when such updates are made generally available without cost to other licensees of the software. The Contractor shall coordinate the installation of any software upgrades with designated facility POC and Biomedical engineer. MAINTENANCE, REPAIRS AND REPLACEMENT Preventative Maintenance will be performed as prescribed by the manufacturer s specifications. Maintenance, repairs and replacement will be performed by authorized technicians and will be coordinated through the designated facility POC and Biomedical Engineer. PRODUCT REFRESH Product refresh is when a current CLIN is no longer being manufactured due to obsolescence and the product item is being replaced with a newer, and more often, a superior version of the same item. The current CLIN product will be revised to reflect the refreshed product information, manufacturer s part number, IDIQ price (inclusive of Service Level Agreement (SLA) fee), etc. The Government reserves the right to not accept the products offered under product refresh. The contractor will be notified in writing if a product refresh is not accepted. All products offered shall be provided with the warranty that is agreed upon for this contract. The contractor agrees to ensure that all upgraded improved/replaced products meet American with Disabilities Act (ADA) and Health Information Portability and Accountability Act (HIPAA) Federal requirements. The contractor shall provide the COR and CO the following information for product refresh: (1) A list of specific awarded item(s) being refreshed in the Price/Cost Schedule (to include commercial pricing, discount offered, and IDIQ price (inclusive of SLA fee)). (2) Product literature for the item(s) refreshed. (3) A detailed description of the differences or benefits of refreshed as compared to the item(s) being discontinued or added. (4) Proper identification of any product requirements and/or procedures related to those product(s) proposed to be refreshed or upgraded. (5) FDA approval, if applicable (6) Provide historical sales to VA by item(s), if applicable (7) Copy of Commercial Warranty. The request shall be submitted to the COR, copy to the Contract Specialist and Contracting Officer, for review and recommendation of approval to be submitted to the CO. The CO shall prepare a bilateral modification for execution. PRODUCT REMOVAL OR RECALL For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer agrees to take following steps immediately: Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible. Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following: (1) Complete item description and/or identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation; (2) Reasons for modifications, removal or recall; and (3) Necessary instructions for return for credit, replacement or corrective action. A copy of the notification will be provided to: Manager, Product Recall Office National Center for Patient Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a64df64f3fb4274943fe4d304004ebf/view)
 
Place of Performance
Address: Nationwide and All Outlying Territories
 
Record
SN07290726-F 20241214/241212230119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.