Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
DOCUMENT

65 -- High Resolution Impedancy Manometry System - Attachment

Notice Date
8/30/2011
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26111RQ1190
 
Response Due
9/2/2011
 
Archive Date
11/1/2011
 
Point of Contact
Daniel Czech
 
E-Mail Address
3-4558<br
 
Small Business Set-Aside
Total Small Business
 
Description
This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to Sept 02, 2011 will be considered by the Government. The NAICS code is 334510 and the small business size standard is 500 Employees. This solicitation is being set aside 100% for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). Please note, all of the line items are designated Brand Name or Equal: CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT 0001 1 EA $___________________ $____________________ Brand Name or Equal Item H06-2000H-S166 INSIGHT G3 HRIM2 HIGH RESOLUTION IMPEDANCY MANOMETRY SYSTEM SYSTEM MUST OFFER IMPEDANCE MOTILITY ALL COMPONENTS MUST OPERATE OFF OF A SINGLE PLATFORM MUST BE HL7 COMPLIANT INCLUDES: INSIGHT G3 UNIT, SENSOR PAC -HRZ, HRIM2 PROBE WITH 32 CIRCUMFERENTIAL PRESSURE SENSORS AND 16 IMPEDANCE CHANNELS (12FR), BIOVIEW ACQUISITION SOFTWARE, CALIBRATION ACCESSORIES AND CABLES, COMPUTER, 19" TOUCH-SCREEN MONITOR WITH ARTICULATING ARM, MOTILITY CART AND PRINTER TRAINING INCLUDED - TUITION FOR UP TO 4 ATTENDEES TO THE DENVER ESOPHAGEAL FUNCTION & REFLUX MONITORING BASIC COURSE IS INCLUDED Contractor shall PAY AIRFARE AND HOTEL FOR UP TO 4 ATTENDEES TO THE DENVER ESOPHAGEAL FUNCTION & REFLUX MONITORING BASIC COURSE. ALL ATTITIONAL ATTENDEE EXPENSES, INCLUDING AIRPORT TRANSFER AND MEALS ARE THE RESPONSIBILITY OF THE ATTENDEES. SANDHILL WILL MAKER ARRANGEMENTS WITH A MINIMUM 3 WEEK LEAD TIME. A SATURDAY NIGHT STAY MAY ALSO BE REQUIRED. THIS TUITION AND TRAVEL ALLOWANCE EXPIRES 12 MONTHS FOR DATE OF PURCHASE. PACKAGE INCLUDES 1 DAY OF ON-SITE TRAINING AT VA'S SITE. ON-SITE TRAINING MUST BE COMPLETED WITHIN SIX MONTHS OF ATTENDING THE DENVER ESOPHAGEAL FUNCTION & REFLUX MONITORING BASIC COURSE. SCHEDULING IS THE RESPONSIBILITY OF THE ATTENDEE. Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0002 1 EA $___________________ $____________________ Brand Name or Equal Model S98-1100-4E-CCI CI ESOPHAGEAL MODULE - 4 CHANNEL DISPOSABLE CATHETER STARTER KIT 6000E-K02, RESPIRATIONBELT, SOFTWARE AND ACCESSORIES FOR G3 Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0003 1 EA $___________________ $____________________ Brand Name or Equal Model S98-1200-4A1-CI CI ANORECTAL MODULE - 4 CHANNEL DISPOSABLE ANORECTAL STARTER KIT, CONTAINING PROBES (GIM-6000D), ANORECTAL STYLET, ANORECTAL SOFTWARE, PROTOCOL AND STIMSENSE. LESS CABLE & CAL KIT Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0004 1 EA $___________________ $____________________ Brand Name or Equal Model Z07-2000B-SB ZEPHR 12.5 Z/PH KIT - IMPEDANCE/PH REFLUX MONITORING KIT. INCLUDES 1 ZEPHR Z/PH RECORDER, SOFTWARE, CALIBRATION KIT AND ACCESSORIES. ZEPHR HAS A LIMITED TWO YEAR WARRANTY. Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0005 1 EA $___________________ $____________________ Brand Name or Equal Model A04-2000-S AIRFLOW SPHINCTER LOCATOR - LES LOCATOR FOR PH OR MII-PH REFLUX TESTING. USED WITH SLEUTH, ZEPHR OR GERDCHECK SYSTEMS, RECORDERS, AND PROBES. INFUSED PROBES ARE REQUIRED FOR USE. Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0006 5 EA $___________________ $____________________ Brand Name or Equal Model ZAI-BS-01 CONFOR TECH Z/PH SINGLE-USE PROBE, INFUSED, 18 CM ESOPHAGEAL LENGTH, 6 IMPEDANCE, 1 PH CHANNEL DIAMETER 6.9 FR/ 2.3MM. INTERNAL REFERENCE Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0007 5 EA $___________________ $____________________ Brand Name or Equal Model ZAI-BG-44 COMFOR TECH Z/PH SINGLE-USE PROBE, INFUSED, GASTRIC, 18 CM ESOPHAGEAL LENGTH, 6 IMPEDANCE, 2 PH CHANNELS-15 & 0 CM, DIAMETER 6.9 FR / 2.13MM INTERNAL REFERENCE Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0008 1 EA $___________________ $____________________ Brand Name or Equal Model ANAL-DELUX ANAL-DELUX DELUXE TRAINING PACKAGE WHEN PURCHASE WITH A SYSTEM THIS PACKAGE INCLUDES TUITION FOR UP TO 4 ATTENDEES TO THE DENVER BASIC ANORECTAL TRAINING COURSE ALL EXPENSES INCLUDING TRAVEL AND LODGING ARE THE RESPONSIBILITY OF THE ATTENDEES ALSO 1 DAY OF ON-SIET TRAINING AT THE VA. ON-SITE TRAINING MUST BE COMPLETED WITHIN SIX MONTH OF ATTENDING THE DENVER BASIC COURSE. SCHEDULING IS THE RESPONSIBILITY OF THE ATTENDEE Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ GRAND TOTAL --- $_______________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITY ALL Requested Delivery Date: 30 Days ARO SHIP TO: San Francisco VA Medical Center 4150 Clement St., Bldg 203 San Francisco, CA 94121-1690 INSTRUCTIONS TO OFFERORS Offerors may submit any documents called for by this RFQ through FedBid, or directly to daniel.czech@va.gov by 3:00 PM PDT Sept 02, 2011. CONFLICTS In the event of a conflict between FedBid terms and conditions and Federal Government law, rule, or regulation, including, but not limited to statutes, executive orders, the Federal Acquisition Regulation, the VA Acquisition Regulation, or internal implementing policy, Federal Government Law, rule, or regulation will supersede FedBid terms and conditions and will control the total RFQ. EVALUATION FACTORS Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, technically acceptable offeror. An "or equal" item must: 1.Must have the same form fit and function as the brand name product. 2.Must provide equivalent training opportunities as the brand name item. FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2011) For the purposes of this clause, items (b) 4, 6, 7, 11, 21, 24-27, 29, 31, 36, 37, 40, and 46 are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26111RQ1190/listing.html)
 
Document(s)
Attachment
 
File Name: VA-261-11-RQ-1190 VA-261-11-RQ-1190.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245408&FileName=VA-261-11-RQ-1190-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245408&FileName=VA-261-11-RQ-1190-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02554723-W 20110901/110830235124-1ed09d8c9a2dab2d6031e67aa982d95e (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.