Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

65 -- Hypothermia Systems

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Jennifer Johnson;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ0352
 
Response Due
7/30/2010
 
Archive Date
8/29/2010
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
ion:
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation, refer to solicitation number VA-263-10-PQ-0352, entitled "Hyper/Hypothermic Temperature Management System." This document is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation of Commercial Items and incorporates provisions and clauses in effect through FAR FAC-44 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A SEPARATE WRITTEN REQUEST FOR QUOTATIONS DOCUMENT WILL NOT BE ISSUED. The VA will conduct this procurement in accordance with a combination of FAR Parts 12 and 13. The North American Industry Classification (NAICS) Code that applies is 423450 and the small business size standard is 100 employees. Contractors are requested to submit a written technical proposal and a separate cost proposal in response to the requirements listed below. A firm-fixed price contract is anticipated. Proposal may be submitted on company letterhead or company bid proposal form. All offers submitted must contain the signature of a person authorized by the company to submit proposals. NOTE: The offeror MUST ADDRESS ALL ITEMS listed below in the VA's requirements, by submitting, in a separate technical proposal, an explanation of how the system and products that are proposed will meet each of the VA's minimum requirements. The Contractor's price and technical proposal must contain the name; title and signature of a person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for equipment offered must also be included in the proposal package. If contractor offers these products on his Federal Supply Schedule, a copy of the FSS contract with the products highlighted shall be included in the proposal. Requirement: The VA Medical Center Minneapolis Minnesota has a requirement for a "Hyper/Hypothermic temperature management system", Calibration Test Unit (CTU) with various sizes of pads. System must be capable of providing the following: (1) A patient temperature probe for monitoring patient temperature (2) External pads which are MRI safe, Latex-free, Radiolucent, and to accommodate patients between 100 to over 220 lbs (45-100+kg). (3) Temperature control unit with the ability to control circulating water at a temperature from 39-108F (4-42C) with a patient temperature control of 89-101F (32-39C). (4) Pads: Single Patient Pads: 2 each - extra small, small, medium, large and 4 each universal pads to accommodate patients over 220lbs. (5) Patient trend indicator to notify the nurses if the patient's body temperature is warming internally when the nurses/doctors are trying to cool the patient. (6) Radiolucent, MRI, CT compatible. (7) Easy access to femoral artery. (8) Patient information can be displayed on the ICU monitors in the room with capability to save to a patient file. (9) Built in teaching tutorial (10) Auto rewarm and can be programmed for normathermia after the rewarming is complete. (11) Instant status graph of the entire therapy and how warm/cool the pads and the patient have been over the entire therapy period. (12) Designed for therapeutic hypothermia (sudden cardiac arrests) and normathermia (treating SAH, controlling ICP levels, refractory fevers in the neuro population). (13) Data access USB, data storage. (14) Contract shall offer a customer service hotline, 24 hours, 7 days a week. (15) Provide on-site education and training of staff on the pharmacology of therapeutic hyper/hypothermia. CONTRACTOR'S PROPOSAL MUST INCLUDE: (1) a Technical Proposal addressing each requirement listed above; (2) a Price Proposal with all stock numbers and a cost per item; (3) Descriptive Literature, also include FSS contract if applicable; (4) three references including names and telephone numbers; (5) a completed copy of provisions 52.212-3 Offeror Representations and Certifications or copy of ORCA registration; (6) Provide the FOB point and shipping charges (if applicable); (7) Address time frames associated with, delivery time after receipt of an order, installation and training. (8) Prompt payment terms (9) Equipment Warranty. Evaluation of proposals will include the following evaluation factors: (a) The technical capability of products offered to meet the government's requirements as listed above (b) contractor's reputation in the trade and past performance history (c) price. Award will be made to the offeror determined to offer the "best value to the Government. Technical capability and past performance, when combined, will be weighted significantly higher than price. Evaluation may be made with or without discussion with the offerors. All responsible sources that can meet the requirements and provide the items as listed above, may resond to his solicitation by submitting cost and technical proposals on their company letterhead or bid form. Per FAR 52.252-2 - Clauses Incorporated by Reference, and FAR 52.252-1 - Provisions Incorporated by Reference, the following clauses and provisions shall apply to this solicitation. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items, 52.212-3 Offeror Representations and Certifications, Commercial Items, OFFERORS MUST INCLUDE A COMPLETED COPY of "Offeror Representations and Certifications" along with offer or certify that his company is registered with ORCA, VAAR 852.203-70 Commercial Advertising; VAAR 852.211-70 Service Data Manuals; VAAR 852.246-70 Guarantee, VAAR 852.246-71 Inspection; 852.237-70 Contractor Responsibilities ;. 852.211-72 Technical Industry Standards; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.273-74 Award without Exchanges; FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Supplies; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Note to offerors, to be awarded a contract, the offeror must be registered in the Central Contractor Registry. CCR information may be found at http://www.ccr.gov. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) available or full text can also be accessed on the internet addresses http://www.arnet.gov/far for FAR clauses and http://www.va.gova&mm/vaar for VAAR clauses. Proposals shall be submitted to the attention of Jennifer A. Peterson, Purchasing Agent (90C), 708 South Third Street, Suite 200E, Minneapolis, MN 55415. Contact Jennifer Peterson at 612-344-2154, email: jennifer.peterson3@va.gov Offeror's proposals must reference solicitation number VA-263-10-RQ-0352 and are due by 3:00pm Central Daylight Time on July 30, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0352/listing.html)
 
Record
SN02208189-W 20100718/100716234724-6ee1ca1846fd0c06b5916225b0619ad1 (fbodaily.com)
 
Source
FedBizOpps 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.