Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
DOCUMENT

65 -- Spectranetics CVX-300 Medical Laser System Rental - Attachment

Notice Date
3/26/2015
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26115Q0189
 
Response Due
3/31/2015
 
Archive Date
4/30/2015
 
Point of Contact
Angela Oppenheimer
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 will be used. NAICS code is 339112, size standard 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 effective December 26, 2014. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate on a brand-name basis under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to March 31st, 2015, will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This acquisition is being conducted under the authority of the commercial item test program at FAR 13.5. Only electronic offers will be accepted. Offers are due to angela.oppenheimer@va.gov by 1:00 PM. Pacific Time, March 31st, 2015. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00261 Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 150 Muir Road Martinez CA 94553-4668 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Upon Government acceptance 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin, TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE STATEMENT OF WORK SERVICE: 1.Contractor shall provide the rental Spectranetics model CVX-300 medical laser system and a comprehensive preventive maintenance and repair service during the contract period for the equipment and systems listed before for the VA Northern California Health Care System (VANCHCS), VA Mather Clinic, 10535 Hospital Way, Mather, CA 95655. 2.Contractor shall perform preventive maintenance on equipment/systems as provided for in the contract agreement. Preventive maintenance (PM) procedures shall be in accordance with equipment manufacturer's recommendations and a copy of written PM procedures shall be provided ot the Contracting Officer's Representative (COR) or designated Point of Contact (POC) within thirty (30) days after contract award. EQUIPMENT: Spectranetics Corporation model CVX-300 medical laser system LOCATION: VA Northern California Health Care System (VANCHCS), VA Mather Clinic, 10535 Hospital Way, Mather, CA 95655 SUPPLIES: Catheters: Disposable fiber optic catheters approved for use in the CVX-300 medical laser system shall be supplied by the Contractor. PERFORMANCE: 1.Preventive maintenance shall be scheduled with a contact person as assigned by the COR or authorized designee. Preventive maintenance shall be coordinated with Biomedical Engineering, the Biomedical Engineering Manager, or Biomedical Engineer. 2.Normal duty hours are 8:00 AM through 4:30 PM, Monday through Friday, excluding Federal holidays. Whenever contact with Biomedical Engineering is required outside normal duty hours, the boiler plant may be contacted as an alternative.. 3.At the completion of the service call, the Contractor's service representative shall submit a complete service report to Biomedical Engineering, as described in below section titled "Documentation". DOCUMENTATION: Service reports shall be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: "Date(s) and time period of service "Complete description of equipment serviced, including model and serial numbers "Complete description of equipment services performed, including upgrades, updates and software changes made "Complete list of all materials, parts or assemblies installed or replaced, including serial number of parts where applicable "A statement of the complaint that initiated the service call "Total standard labor hours, total overtime/premium hours, and total travel hours expended during repair REMOVAL OF EQUIPMENT: 1.Whenever possible, all repairs and preventive maintenance shall be performed at the VANCHCS. When that is not possible, the COR or designated POC may give approval for service work to be done at another location. All transportation charges shall be borne by the Contractor. 2.Requirements for service reports for designated equipment not at this location are the same as for work done onsite. Service reports for incoming equipment shall be presented for signature at the time of delivery. If equipment is returned via commercial carrier, service report may be included with shipment. RESPONSE TO SERVICE REQUESTS: 1.The contractor shall respond to requests for emergency service in the following manner: a.A competent service representative adequately equipped with tools, test instruments, and repair parts shall arrive at the VANCHCS within the designated response time. b.A competent service representative shall be prepared to begin work immediately to resolve the complaint as expressed by the COR or designated POC when service was requested. Work needed to resolve the complaint shall continue without interruption until the problem is resolved. c.The service representative shall come equipped with all the service/technical manuals needed to perform the work. 2.The service representative may contact VA staff by phone before arrival at the VANCHCS. Such contacts, however, shall not service to alter the requirements for arrival onsite except when the request for service is withdrawn by Biomedical Engineering. 3.The designated response time for this contract is 24 hours from the time of the request for service. If repeated requests are made before the arrival of Contractor's repair person, the first request shall determine the required time of arrival. 4.All requests for repair service shall be considered requests for emergency service unless a statement to the contrary is made by the COR or designated POC. Such statements shall be documented on the service report. GOVERNMENT REPAIRS: Government employees shall work on contract equipment only with authorization of the Contractor or following the failure of the Contractor to respond. The Government is not obligated to perform any work on contract equipment. Price/Cost Schedule Item Information. THIS IS A BRAND NAME COMBINED SYNOPSIS / SOLICITATION. BASE YEAR - 4/1/2015 to 3/31/2016 CLINDESCRIPTION Brand name SpectraneticsEst. Qty/UP Unit Price Extended Price 0001Spectranetics CVX-300 Excimer Laser Rental4 QTR$$ 0002Turbo Elite Peripheral Excimer Laser Ablation Catheter, 0.9mm.014 Turbo Elite Over-the-Wire configuration, 150mm working length, p/n 410-152 3 EA$$ 0003Turbo Elite Peripheral Excimer Laser Ablation Catheter, 1.4mm.014 Turbo Elite Over-The-Wire configuration, 150mm working length, p/n 414-151 2 EA$$ 0004Turbo Elite Peripheral Excimer Laser Ablation Catheter, 1.7mm.018 Turbo Elite Over-the-Wire configuration, 150mm working length, p/n 417-152 2 EA$$ 0005Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.0mm.018 Turbo Elite Over-the-Wire configuration, 150mm working length, p/n 420-006 3 EA$$ 0006Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.3mm.018 Turbo Elite Over-the-Wire configuration, 120mm working length, p/n 423-001 2 EA$$ 0007Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.3mm.035 Turbo Elite Over-the-Wire configuration, 125mm working length, p/n 423-135 2 EA$$ 0008Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.0mm.018 Turbo Tandem Over-the-Wire configuration, 110mm working length, p/n 472-110 2 EA$$ Base Year Total: $ OPTION YEAR 1 - 4/1/2016 to 3/31/2017 CLINDESCRIPTION Brand name SpectraneticsEst. Qty/UP Unit Price Extended Price 0009Spectranetics CVX-300 Excimer Laser Rental4 QTR$$ 0010Turbo Elite Peripheral Excimer Laser Ablation Catheter, 0.9mm.014 Turbo Elite Over-the-Wire configuration, 150mm working length, p/n 410-152 3 EA$$ 0011Turbo Elite Peripheral Excimer Laser Ablation Catheter, 1.4mm.014 Turbo Elite Over-The-Wire configuration, 150mm working length, p/n 414-151 2 EA$$ 0012Turbo Elite Peripheral Excimer Laser Ablation Catheter, 1.7mm.018 Turbo Elite Over-the-Wire configuration, 150mm working length, p/n 417-152 2 EA$$ 0013Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.0mm.018 Turbo Elite Over-the-Wire configuration, 150mm working length, p/n 420-006 3 EA$$ 0014Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.3mm.018 Turbo Elite Over-the-Wire configuration, 120mm working length, p/n 423-001 2 EA$$ 0015Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.3mm.035 Turbo Elite Over-the-Wire configuration, 125mm working length, p/n 423-135 2 EA$$ 0016Turbo Elite Peripheral Excimer Laser Ablation Catheter, 2.0mm.018 Turbo Tandem Over-the-Wire configuration, 110mm working length, p/n 472-110 2 EA$$ Option Year 1 Total: $ GRAND TOTAL (base + option year 1): $ Delivery Schedule ITEM NUMBERDELIVERY DATE All itemsSHIP TO:VA Mather Hospital 10535 Hospital Way Mather, CA 95655-4200 FOB Destination STATED QUANTITIES ARE ESTIMATES ONLY AND SHALL ONLY BE DELIVERED ON AN "AS NEEDED" BASIS WHEN REQUESTED BY COR or AUTHORIZED VA PERSONNEL. BASE YEAR - 4/1/15 - 3/31/16 OPTION YEAR 1 - 4/1/16 - 3/31/17 SOLICITATION PROVISIONS and CONTRACT CLAUSES: Clauses "FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) For the purposes of this clause, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ respectively. "FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Dec 2014) "FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Mar 2015) For the purposes of this clause, items (b) 1, 4, 8, 16, 22, 26, 27, 28, 29, 30, 31, 32, 39, 40, 41, 43, and 51 are considered checked and applicable. "FAR 52.216-1 Type of Contract (April 1984) For the purposes of this clause, the fill-in is "Firm Fixed Price." "FAR 52.217-8 Option to Extend Services (Nov 1999) For the purposes of this clause, the fill-in is "30 days." "FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) For the purposes of this clause, the fill-in's are"30 days," "15 days," and "two (2) years," respectively, in this order. "FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (July 2013) "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 852.246-71 Inspection (Jan 2008) "VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) "VAAR 852.246-70 Guarantee (Jan 2008) For the purposes of this clause, the fill-in is "one year". Provisions "FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) For the purposes of this provision, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ respectively. "FAR 52.212-1 Instructions to Offerors - Commercial Items (April 2014) "FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) "FAR 52.217-5 Evaluation of Options (July 1990) "VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) "VAAR 852.233-71 Alternative Protest Procedure (Jan 1998) 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) The Government shall evaluate proposals based on the lowest priced, responsible, technically acceptable offer. The following shall be used to evaluate offers: Technical Capability. Offeror's technical capability shall be evaluated based on the information clearly provided in their quote in response to the salient characteristics stated under B.4 Price/Cost Schedule. This is a brand name or equal solicitation. "Or equal" items shall meet all salient characteristics. Offerors must clearly and concisely state how their product meets the salient characteristics. A Note on Determining Responsibility of Suppliers: All relevant facts and circumstances gathered from sources of information available to the Government (e.g., National Institutes of Health [NIH] Contractor Performance System [CPS] and Past Performance Information Retrieval System [PPIRS]) will be used as part of determining the responsibility of prospective suppliers. If an Offeror has not commented on negative past performance evaluations obtained by the Technical Evaluation Board, the Offeror may be given the opportunity to explain and/or mitigate adverse past performance during verbal or written interactions after receipt of proposals. Offerors who do not have relevant past performance will receive a neutral rating (neither favorable nor unfavorable).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26115Q0189/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-15-Q-0189 VA261-15-Q-0189.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1946054&FileName=VA261-15-Q-0189-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1946054&FileName=VA261-15-Q-0189-000.docx

 
File Name: VA261-15-Q-0189 P03 - J and A - Spectranetics.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1946055&FileName=VA261-15-Q-0189-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1946055&FileName=VA261-15-Q-0189-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03679744-W 20150328/150326234932-d9b15f013fd83d952c3e238bc6e8ffef (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.