DOCUMENT
65 -- OPTICAL COHERENCE TOMOGRAPHY (CTO) IMAGE GUIDED THERAPY SYST - Attachment
- Notice Date
- 7/25/2016
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26216Q1051
- Response Due
- 8/2/2016
- Archive Date
- 9/1/2016
- Point of Contact
- FREDY A ARTEAGA
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-87, dated March 07, 2016. Solicitation # VA262-16-Q-1051 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award. This procurement will be issued under as a small business set aside. The North American Industry Classification System (NAICS) Code is 339112 and the Small Business Administration's (SBA) size standard 1000 Employees. The Government is seeking a contract to acquire a Intravascular Athrectomy device that utilizes Optical Coherence Tomography (OCT) image guided therapy necessary to analyze the internal lumen of vascular structures, to effectively and efficiently perform Peripheral athrectomy procedures for the VA San Diego Healthcare System (VASDHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 and 852.211-73 -- Brand Name or Equal. The submissions must meet the following salient characteristics: "Must have a Portable Athrectomy Cart that provides OTC "Must contain an Imaging workstation with imaging archiving options. "Must have back to back monitors on Cart for Physician and Staff to operate unit. "Must have the ability to manage tip rotation and imaging speed to 30, 45 or 60 RPM. "Must provide Real Time OCT "Must have the ability to view vessel morphology in both cross-sectional and waterfall views. "Must be capable of providing intravascular catheter orientation. "Must be capable of providing maneuverability through small vessels with 5fr sheath compatibility. "Must be capable of Navigating distal lesions with a choice of 135cm and 150cm catheters "Must provide the ability to correlate media/ lateral position on the console with Fluoroscopy. "Must contain a Reinforced Distal Coil catheter. "Must be compatible with LightBox systems/equipment Must be compatible with Avinger Ocelot and Pantheris catheters. The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. See attached SF 1449 Solicitation for additional submission details, applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: VA San Diego Healthcare System (VASDHS), 3350 La Jolla Village Drive, San Diego, CA 92161. Period of Performance: Within 45-60 days of award. Provisions 52.212-1, Instructions to Offerors - Commercial, 52.212-2, Evaluation - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process and award will be made to the offeror who conforms to the solicitation and represents best value to the Government. Submitting Offer: Offeror(s) shall submit their offer on a company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror's annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for offer submission. Submit all question(s) to Fredy A. Arteaga at fredy.arteaga@va.gov no later than July 28, 2016, 1:00 PM, Pacific Standard Time (PST). Ensure to reference solicitation # VA262-16-Q-1051 within subject line of the email. All questions and answers will be posted to this solicitation via an amendment no later than August 1, 2016. All offer(s) must be received August 2, 2016 by 1:00 PM PST via email to fredy.arteaga@va.gov. Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q1051/listing.html)
- Document(s)
- Attachment
- File Name: VA262-16-Q-1051 VA262-16-Q-1051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2896620&FileName=VA262-16-Q-1051-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2896620&FileName=VA262-16-Q-1051-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-16-Q-1051 VA262-16-Q-1051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2896620&FileName=VA262-16-Q-1051-000.docx)
- Place of Performance
- Address: VAMC SAN DIEGO;3350 LA JOLLA VILLAGE DRIVE;SAN DIEGO CA
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN04194488-W 20160727/160725235354-4b8f629aa667aef3c01eb52dcd6bd812 (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 |