Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
DOCUMENT

65 -- Equipment Portable Ultrasound System - Attachment

Notice Date
7/29/2016
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies 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
VA26216Q1171
 
Response Due
8/5/2016
 
Archive Date
9/4/2016
 
Point of Contact
Daniel Ruiz
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR PREVUE PORTABLE ULTRASOUND SYSTEM This is a combined synopsis/solicitation for commercial items (supplies) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is VA262-16-Q-1171. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-69 dated August 01, 2013. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The associated North American Industry Classification System (NAICS) code is 334510, which has a corresponding size standard of 500 employees. This is 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB). The Small Business Administration has granted a Non-Manufacturing Rule Class Waiver for the selected NAICS code. The Department of Veteran Affairs, VA Greater Los Angeles Medical Center has a requirement for ten (18) Portable Ultrasound System for Peripheral Vascular Access which shall include: Portable Ultrasound Device, Case, Tripod, System Charger, 1 box of compatible Gel-Caps, and Operator's Manual. The award will be made to the lowest price technically acceptable (LPTA), responsible quote. To be technically acceptable the products quoted shall be BRAND NAME or EQUAL to Prevue Ultrasound System (9770099) and each additional item shall be comparable to what is offered with the Prevue Ultrasound System (9770099). Line Items: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001ULTRASOUND SYSTEM PREVUE+ ULTRASOUND SYSTEM FSN: 6530-439585 ULTRASOUND SYSTEM LOCAL STOCK NUMBER: 9770400 18.00EA____________________________________ 0002ROLL STAND LOCAL STOCK NUMBER: 9770290 18.00EA____________________________________ 00033-YEAR EXTENDED WARRANTY LOCAL STOCK NUMBER: N/A 18.00EA____________________________________ 0004CASE, TRIPOD, 1 BX GELCAPS, PROBE ARM, CLAMP MOUNT, CD, ONE YEAR WARRANTY INCLUDED AT NO ADDITIONAL COST 18.00EA____________________________________ GRAND TOTAL__________________ SALIENT CHARACTERISTICS: Portable Ultrasound System for Peripheral Vascular Access, System shall include: Portable Ultrasound Device, Case, Tripod, System Charger, 1 box of compatible Gel-Caps, and Operator's Manual; Salient Characteristics include: Shall be capable of displaying real-time images of approximate location, size, depth of the targeted peripheral vessels, vessel patency, length of catheter residing in vessel after placement, gauge accommodation, and placement configuration; and Shall be compatible with the current IV catheters utilized at the VA Medical Center (BD-Nexiva), Physical Characteristics: System Weight - 2 pounds; Dimensions - 5.9 inches X 4.6 inches high X 2.0 inches wide; Display - 5m diagonal LCD with touch screen, WVGA display resolution, 8 bit color depth; Image Mode - 2D; Battery Life - 3 Hours; User Image Adjustments - Gain, Depth (1 cm, 1cm zoom, 2.5cm), Context Vision (image smoothing); Advanced Vascular Access Dense Mode - Estimated Final Catheter Length in Vessel, Gauge Icons Scaled to Image. Brand Name or Equal to Prevue Ultrasound System (9770099) ADDITIONAL DOCUMENTS NEEDED w/ the Quote: If offering a product other than the Brand Name specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Name Brand or Equal to the Prevue Ultrasound System (9770099). Federal Acquisition Regulation (FAR) and Veteran Administration Acquisition Regulation (VAAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) - Full Text This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): WWW.ACQUISITION.GOV (End of Clause) FAR 54.204.99, SAM Registration (SEP 2012) - Full Text FAR 52.211-6, Brand Name or Equal (AUG 1999) - By Reference FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012) - By Reference FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) - By Reference FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUL 2013) - By Reference FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) - Full Text FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) - Full Text The following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (12 ii) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) Alternate I (NOV 2011) (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (40 ii) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) Alternate I (MAR 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) Veteran Administration Acquisition Regulation (VAAR) clauses: VAAR 852.203-70 Commercial Advertising (JAN 2008) - Full Text VAAR 852.211-70 Service Data Manual (NOV 1984) - Full Text VAAR 852.211-73 Brand Name or Equal (JAN 2008) - Full Text VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) - Full Text VAAR 852.215-70 Evaluation Factor Commitments (DEC 2009) - Full Text VAAR 852.323-72 Electronic Submission of Payment (NOV 2012) - Full Text VAAR 852.246-70 Guarantee (JAN 2008) - Full Text VAAR 852.246-71 Inspection (JAN 2008) - Full Text 852.273-72 Alternative evaluation. As prescribed in 873.110(c), insert the following provision: ALTERNATIVE EVALUATION (JAN 2003) (a)The Government will award a contract resulting from this solicitation to the responsible offeror submitting the lowest priced offer that conforms to the solicitation. Offerors may revise offers anytime during the specified period. At the end of the specified time period for receipt of offers, the responsible offeror submitting the lowest priced offer will be in line for award. IAW VAAR 812.302 Tailoring of Provisions and Clauses for the Acquisition of Commercial items, this contract will be awarded using a Lowest Price Technically Acceptable (LPTA) approach. Technical ability will be evaluated as either Acceptable/Unacceptable, Pass/Fail, or Go/No-Go. Tradeoffs are not permitted. (End of provision) In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 12:00 P.M. PT on Friday August 05, 2016. Quotes must be submitted electronically via e-mail to Daniel.Ruiz@va.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential vendors may direct all inquiries pertaining to the solicitation in writing to Daniel.Ruiz@va.gov. Telephone requests will not be honored/accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q1171/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-16-Q-1171 VA262-16-Q-1171_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910247&FileName=VA262-16-Q-1171-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910247&FileName=VA262-16-Q-1171-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Greater Los Angeles Healthcare System;Warehousse- Acq & Materiel Mgmt;11301 Wilshire Blvd;Los Angeles, Ca
Zip Code: 90073
 
Record
SN04201042-W 20160731/160729234042-ae293db0c07c7c336138e7b2ad26b786 (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.