Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

65 -- Pacemaker AICD

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Of= ficer, (90C), 113 Holland Avenue, Albany, New York 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
5006203
 
Response Due
6/19/2003
 
Archive Date
7/19/2003
 
Point of Contact
Point of Contact - Michael Brennan, Contracting Officer, (518) 626= -6841, Contracting Officer - Michael Brennan, Contracting Officer, (518) 62= 6-6841
 
E-Mail Address
Email your questions to Michael Brennan
(michael.brennan@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepare= d in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; Request for Proposals are being requested and a written solicitation WILL NOT, be issued. Reference number: RFP 500-62-03. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-13. NAICS Code 339112 applies and the small business size is 500 employees. The VA Healthcare Network Upstate New York comprising of VA Medical Centers located at Albany, NY, Bath NY, Canandaigua, NY, Syracuse, NY, Western NY Health Care System Buffalo, NY, and Batavia, NY. The VA Healthcare Network Upstate New York has identified PACEMAKERS and AUTOMATIC IMPLANTIBLE CARDIOVERTER DEFIBRILLATORS (AICD=92s) as a candidate for VISN #2 consolidation. The purpose of consolidated contract is to obtain user uniformity and quality products at lower than open market prices. The purpose of this solicitation is to establish a supply source that will provide the contracted items for Prosthetics and Sensory Aids Services at the VA Healthcare Network Upstate New York Medical Centers. The objectives are to insure availability and consistency of product for usage throughout the Network and to obtain volume-based, committed use pricing. The base contract period is for Six (6) Months, with one Six (6) Month option that may be exercised by the Government. The successful contractor shall provide two delivery methods. The Medical Centers will either order in the JUST-IN-TIME manner indicated below or will use the CONSIGNMENT AGREEMENT below. The purpose of the two delivery systems is to meet the needs of Hospitals that perform a significant number of procedures and those that perform occasional procedures. After award each facility that will be using the contract will inform the contractor of the chosen method of delivery. =20 JUST-IN-TIME. When a device implantation is scheduled, the physician, or designate, will call the contractor=92s field representative to inform him or her of the implant date and time (it can be within two (2) hours) and the preferred device and leads. At the scheduled time, the representative will hand carry the sterilized items, including instrument sets to the place of implantation. The representative will also have, in their possession, a number of =93back-up=94 devices and leads and implant accessories available to the VA physician. Contractor shall provide all accessories (i.e., wrenches, adaptors, connectors, introducer kits for brady, tachy, and health failure device implantation, testing cables, sterile sleeves) at no charge to the government. Based on case scheduling Contractor may be requested to have additional loaner instrumentation sets available for use by VA staff. Contractor will provide the necessary instrument set for the implant procedures at no cost to the Government. If an instrument from the set becomes lost or damaged due to Government negligence the Government will then be responsible to replace the damaged or lost instrument.=20 CONSIGNMENT AGREEMENT. Title for the consigned items shall remain with the contractor until such items are used. INVENTORY: Contractor agrees to furnish and maintain an inventory of sterilized implants and related supplies at the VAMC on consignment basis in accordance with the terms and conditions of the contract. Items, as well as all required instruments, and all related supplies, will be placed in the VAMC at no expense to the Government upon request by each VAMC. Minimum inventory levels will be proposed by the Contractor and reviewed and accepted by the Government prior to placement at the VAMC. A complete listing of model and/or part numbers will be provided to the Contracting Officer=92s Technical Representative (COTR) upon delivery of the initial inventory. INITIAL INVENTORY: A typical acceptable initial consignment inventory will include 2 each of single and dual chamber pacemakers on contract, and 2 or 3 each of pacing and high voltage defibrillation leads in each standard length. Actual initial inventory will be determined by each individual VAMC.=20 Initial consignment inventory shall be placed in the medical center within ten calendar days after notification that a VAMC will be using the consignment option of the contract. Consignment inventory will be placed in a location designated by the VAMC staff. The VAMC will provide adequate space/shelving for implants, instruments, and supplies. All implants, instruments, and accessories offered shall be state-of-the-art technology. =93State-of-the-art=94 is defined as the most recently designed components, which are announced for marketing purposes available, maintained and supported in accordance with requirements. If upgrade of instruments, implants or supplies become available after award of this contract, the contractor will substitute them for the awarded items. The contractor will provide to the contracting officer the following information: =09(1) A list of specific awarded items, which shall be updated. (2) Product literature for the new items and detailed description of the differences between the awarded items and the new items, and a specific analysis of the comparative advantages/disadvantages of the items involved. The Contracting Officer will provide the information to the Pacemakers-AICD Workgroup for approval. Upon approval, the contract will be modified to acknowledge the updated items. All new products released to the market during the term of the contract will be made available to the government at a discount price which is similar to the most comparable currently released products. If pricing for new products is unacceptable, VA Healthcare Network Upstate New York will continue to use current products on contract and contractor will be required to continue to supply the contracted items. Pricing on new technologies will be negotiated separately. Contract will not preclude VA Healthcare Network Upstate New York (VISN 2) from purchasing items from non-contract sources when participating in clinical research proposals. Shipments received shall specify FOB: DESTINATION. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Item, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-4 Contract Terms and Conditions. Far 52.212.5 Contract Terms and Conditions required to implement statues or executive orders- Commercial items, Offerors must include with their proposal a complete copy of the provisions at 52.212-3 Offerors Representations and Certifications-Commercial Items Provisions and clause that are incorporated by reference may be found in full-text at: http://www.arnet.gov/far/and or http://www.va.gov/oa&mm/vaar/.=20 Technical/Descriptive Literature shall include but is not limited to technical specifications, products picture, product features, etc. and shall be submitted with the proposal, or the proposal will be rejected as non-responsive. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product meets the government requirements. The following factors, in descending order of importance, will be used to evaluate proposals: (listed below).=20 Proposals and all pertinent information are due by 4:30PM Eastern Time June 19, 2003 and should be sent to: Stratton VA Medical Center, 113 Holland Avenue, Albany, New York 12208 Attn: Ms. Alexia Frangella, Contracting Officer (500/2-90NCA). =20 TECHNICAL SUPPORT: =20 Proposed Plan to include follow-up, and equipment expertise to include availability of variety of leads (size &length). Market availability of Bi-ventricular pacers. Product Reliability. =20 Knowledge, experience dependability and availability of Key Personnel.=20 Location of Offices that will be providing onsite services. PAST PERFORMANCE: Vendor Service, availability and reliability Past Performance on similar contracts with the Department of Veterans Affairs. Past Performance on similar contracts with Corporate Healthcare Organizations. Overall experience in providing Pacemaker/AICD services. PROFESSIONAL STAFF TRAINING AND EDUCATION SUMMARY ADDITIONAL EVALUATION CRITERIA Administrative capacity Quality Assurance Procedures
 
Web Link
RFP 5006203
(http://www.bos.oamm.va.gov/solicitation?number=3D5006203)
 
Record
SN00340706-W 20030607/030605213314 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.