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 -- IV Repeater Pump - Attachment

Notice Date
7/29/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26116Q0905
 
Response Due
8/3/2016
 
Archive Date
10/2/2016
 
Point of Contact
jon ursino
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ - 0905 This is a combined synopsis/solicitation for a commercial item prepared in accordance with all parts of and format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is posted as a Small Business Set-Aside, however if there are two or more Service Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) manufactures or authorized dealers, the requirement will be set-aside for SDVOSBs or VOSBs. SDVOBs or VOSBs not listed in https://www.vip.vetbiz.gov/ are considered non-responsive and price quotations will not be evaluated. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price, delivery included, first considering verified SDVOSB/VOSB sources (FAR 52.212.2 Evaluation factors). NAICS code 339112/1000 employees applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. Only emailed requests received directly from the requester are acceptable. Email quotes to jonathan.ursino@va.gov no later than the required due date Wednesday, August 3, 2016 on or before 3:00 PM Pacific Time. Receipt must be acknowledged on my desktop computer to be recognized as received. Include your FSS contract number, terms and conditions; SIN the products fall under, delivery schedule and contract expiration date. This is the only acceptable method for delivery of quotes. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA Northern California Health Care System at the Sacramento VA Hospital in Mather, CA 95655 requires the following items, Salient characteristics: A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001 REPEATER Pump with Power Cord, Foot Pedal and Technical Manual LOCAL STOCK NUMBER: H938099 1.00 EA $__________ $________ GRAND TOTAL $________ FOB Point: Destination Delivery shall be to: VA Mather Medical Center Attn: Mr.Cedric Fuller 10535 Hospital Way Mather, CA 95655 Government Requested Delivery: 60 days or less. Proposed Delivery:_______________________ Offers must be valid for 60 days after close of solicitation Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. SALIENT CHARACTERISTICS: Product information and salient characteristics are located on the Internet and company brochures. See http://www.baxtermedicationdeliveryproducts.com/pharmacy-workflow/repeater.html Environmental conditions Installation category II; Pollution degree 2 environment; Indoor use only Operating temperature - 41 to 104 °F (15 to 40 °C) Storage temperature - 32 to 147.2 °F (0 to 64 °C) Maximum relative humidity - 80% up to 89 °F (31 °C), decreasing linearly to 50% at 74 °F (40 °C) Maximum altitude - Not to exceed 2000 m Main supply/voltage fluctuation - Not to exceed ± 10% Sound pressure level - Does not exceed 85 dBA Performance Volume entry range - 0.2 to 9,999 mL Water flow rate maximum - 13.5 mL / second (16G needle) Accuracy (in forward, water) - ± 10% at 0.2 mL, ± 5% at 0.4 mL, ± 2% at 1 mL, ± 1% above 2 mL Minimum dispensing volume - 0.2 mL Volume dispensing resolution - 0.01 mL Automatic Feature - Mode to reduce pressing start/stop repeatedly Size - Enables a variety of placement Choices. Fits in laminar flow hood. Drawback Feature - prevent excess fluid from dripping between fills. 27 speed combinations including reverse mode. Memory storage - 20 cells are available and can be used for storage of commonly used pump settings. Dimensions - approximate Size: 12.75 in. (324 mm) long x 8.25 in. (210 mm) wide x 9.75 in. (248 mm) high Weight: 24.15 lbs (10.95 kg) Power: 120V, 60HZ, 200VA Fuse rating: 3A, 250V (slow blow) Alternate Item submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. SOLICTATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015) FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) - See evaluation factors above. FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (July 2016). The selected offeror must submit a completed copy of the listed representations and certifications with its offer or fill out online representations and certifications at www.sam.gov FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016), paragraph (a) and the following clauses in paragraph (b): 4, 8, 14, 21, 22, 25, 26, 33, 42, 45, 48, 55. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ FAR NumberTitleDate 52.211-6BRAND NAME OR EQUALAUG 1999 VAAR NumberTitleDate VAAR 846.302-70 GUARANTEEJAN 2008 VAAR 852.203-70COMMERICAL ADVERTISINGJAN 2008 VAAR 852.211-70SERVICE DATA MANUALSOCT 1984 VAAR 852.246-71INSPECTIONJAN 2008 VAAR 852-273-76ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26116Q0905/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-Q-0905 VA261-16-Q-0905.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910049&FileName=VA261-16-Q-0905-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2910049&FileName=VA261-16-Q-0905-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04201190-W 20160731/160729234157-7efc9078f8cd040c292c99fdbda90a65 (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.