Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

65 -- GETINGE CARDIOSAVE INTRA-AORTIC BALLOON PUMPS BRAND NAME OR EQUAL - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;100 S Independence Mall West;Philadelphia PA 19104
 
ZIP Code
19104
 
Solicitation Number
36C24418Q9364
 
Response Due
7/13/2018
 
Archive Date
7/28/2018
 
Point of Contact
Thomas A. Cossentino
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for 2 GETINGE CARDIOSAVE INTRA-AORTIC BALLOON PUMP, BRAND NAME OR EQUAL, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9364 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339112 has a small business size standard of 1000 (v) Contract Line Items (CLIN): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ CARDIOSAVE IABP HYBRID LOCAL STOCK NUMBER: 0998-00-0800-53 BRAND NAME OR EQUAL 0002 1.00 EA __________________ __________________ CARDIOSAVE TRAINER LOCAL STOCK NUMBER: 0998-00-0803 BRAND NAME OR EQUAL GRAND TOTAL __________________ (vi) BRAND NAME OR EQUAL PRODUCTS In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Salient Characteristics: Statement of Need for: Intra-Aortic Balloon Pump Introduction: The Department of Veteran Affairs Medical Center, Wilkes-Barre, Medical Service Cardiac Cath Lab has determined the need to purchase 2 Intra Aortic Balloon Pumps. Justification: In the Cardiac Cath Lab we presently have two Intra-Aortic Balloon Pumps (IABP). This device is a just in case piece of equipment, that must be on-site to be used in an emergency. Its primary function is for patients in cardiogenic shock or patients while in the Cardiac Cath Lab have a major complication and need emergent transfer to a more skilled medical facility, this device will help stabilize the patient to allow for him or her to be transferred safely. We have been notified that the two IABP s we have are at end of life and need to be replaced. Requirements: Must be compatible with all current and future Maquet IABP Catheters. Must be able to convert from Hospital configuration to transport configuration easily and quickly. Must have both AC and battery back-up Multiple triggers for balloon inflation/deflation Ability to detect pacemaker Ease of use for insertion and operation Must provide installation and on-site training along with annual competency training for all staff. Quantity: Two Delivery: VAMC Wilkes Barre, Warehouse, 1111 East End Blvd, Wilkes Barre, PA 18711; Weekdays 8:00am 4:00pm, excluding any government holidays. Please include estimated shipping timeframe ARO and any applicable shipping charges in your quote. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) Evaluation of this requirement will be based on Price and Technical Acceptability. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to thomas.cossentino@va.gov and received no later than 7/13/18 8PM EST on the close date. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER needs to be provided with your quote in order to be considered for the award. (xvi) For information regarding the solicitation, please contact Thomas Cossentino at thomas.cossentino@va.gov ; NO PHONE CALLS WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9364/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9364 36C24418Q9364_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471564&FileName=36C24418Q9364-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471564&FileName=36C24418Q9364-001.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: VAMC Wilkes Barre;1111 East End Blvd;Wilkes Barre, PA
Zip Code: 18711
 
Record
SN04988114-W 20180713/180711231455-bda204b947cdf72c72ee80c42fe23c48 (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.