Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

65 -- C-MAC AIRWAY MANAGEMENT SYSTEM - Attachment

Notice Date
9/13/2018
 
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;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
36C26118Q9647
 
Response Due
9/18/2018
 
Archive Date
11/17/2018
 
Point of Contact
Katherine Fairley
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9647 Posted Date: 09/13/2018 Original Response Date: 09/19/2018 Current Response Date: 09/19/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This is a Service Disabled Veteran Owned Small Business Set-Aside requirement. Only Verified SDVOSB s in the VIP database when an offer is submitted and at the time of contract award will be considered for award and unverified firms will be considered non-responsive and ineligible for award. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees. The Sacramento VA Medical Center, Mather, California is seeking to purchase an C-MAC Airway Management System. All interested companies shall provide quotations for the following: Brand Name or Equal: MFR: Karl Storz PRICE/COST SCHEDULE ITEM INFORMATION ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 2.00 EA Part # 8403ZXK 7" FLAT PANEL MONITOR FOR C-MAC VIDEO LARYNGOSCOPES WITH OUTPUT: HDMI 0002 2.00 EA Part # 9700VIP-PLUS C-MAC VIDEO INTUBATION PLATFORM CART W/ 4 DRAWERS AND FLEXIBLE SCOPE HOLDER 0003 2.00 EA Part # 8403X C-MAC CONNECTION CABLE, LENGTH:200CM 0004 2.00 EA Part # 8403XSI CMAC S IMAGER FOR USE WITH 8403ZX AND 8403XDK 0005 1.00 EA Part # 11302BDXK FLEX INTUBATION VIDEO ENDOSCOPE F/CMAC 4.0MMX65CM W/1.5MM CHANNEL W/SUCTION 0006 1.00 EA Part # 11301BNXK FLEX INTUBATION VIDEO ENDOSCOPE F/CMAC 5.5MMX65CM W/2.2MM CHANNEL 0007 2.00 EA Part # 39406AS-ZBH STERRAD NX STERILIZATION TRAY FOR FLX CMOS VIDEOSCOPES 21.65"X10.24"X3.5" 0008 1.00 EA Part # 8403XDK C-MAC POCKET MONITOR SET, FOR ALL CMAC VIDEO LARYNGOSCOPES, BATTERY INCL 0009 1.00 EA Part # 8403XDL CHARGING UNIT FOR PORTABLE RECHARGEABLE BATTERY 8403XDA FOR PM 8403XD 0010 1.00 EA Part # 8403XDA RECHARGEABLE LI-ION BATTERY FOR CMAC PM 8403XD 0011 1.00 EA Part # 8403HXK C-MAC ® VIDEO LARYNGOSCOPE D-BLADE SET FOR DIFFICULT INTUBATION 0012 1.00 EA Part # 8403BXC C-MAC VIDEO LARYNGOSCOPE MAC #4, WITH MACINTOSH LARYNGOSCOPE BLADE, SIZE 4 0013 2.00 EA Part # 8403DXC C-MAC(C) VIDEO LARYNGOSCOPE MILLER #0, FOR USE WITH 8403X/XD/8403ZXK 0014 2.00 EA Part # 8403GXC C-MAC VIDEO LARYNGOSCOPE MILLER #1, FOR USE WITH 8403X/XD/8403ZXK 0015 2.00 EA Part # 8403MXC C-MAC VIDEO LARYNGOSCOPE MILLER #2, FOR USE WITH 8403X/8403XD 0016 2.00 PG Part # 8401DS REUSABLE ET TUBE STYLET F/C-MAC D-BLADE FOR USE W/8401HX, PKG/10 0017 4.00 EA Part # 8401YZ C-MAC CLEANING CAP FOR CMAC LARYNGOSCOPE AND ELECTRONIC MODULE, REUSEABLE 0018 2.00 EA Part # 9700TUBE/10 CLEAR PLASTIC PROTECTION TUBES FOR FLEX INTUBATION SCOPES, SINGLE USE, 10/PKG 0019 2.00 PG Part # 051116-10 C-MAC S VIDEO LARYNGOSCOPE, D-BLADE, SINGLE USE, UNSTERILE, 10/PK 0020 1.00 PG Part # 051114-10 C-MAC S VIDEO LARYNGOSCOPE, MAC #4, SINGLE USE, UNSTERILE, 10/PK 0021 1.00 PG Part # 051113-10 C-MAC S VIDEO LARYNGOSCOPE, MAC #3, SINGLE USE, UNSTERILE, 10/PK 0022 2.00 PG Part # 11301CE1/20 SUCTION VALVES FOR SCOPES 11301CE1/20 VALVE, SUCTION, STERILE, F/11301BNX, 20/PKG 0023 2.00 CS Part # 11301CA/20 LEUR PLUGS FOR SCOPES RUBBER LIP VALVE FOR INSTRUMENT CHANNEL 20/PKG, STERILE 0024 1.00 PG Part # 11276CL2/10-ZAH CLEANING BRUSH FOR 4.0MM SCOPE FLEXIBLE SCOPE CLEANING BRUSH 10PKG F/SCOPES W/WORKING CHANNELS 1.2MM-1.5MM 0025 1.00 PG Part # 27652/3 CLEANING BRUSH FOR HANDLE OF SCOPE CLEANING BRUSH FOR CLEANING JAWS OF CLICKLINE/TAKE APART INSTRUMENTS, 3/PKG GRAND TOTAL Brand Name or Equal Item: C-MAC Premium Airway Management Platform SALIENT CHARACTERICTICS 1) Essential/significant physical, functional, or performance characteristics. Must be able to provide successful endotracheal tube placement for multiple scenarios especially emergency intubations in the ICU must be an all in one system to accommodate various lifesaving modalities The air way management system must be stored on a rolling cart for easy accessibility Cart must have 4 drawers and a flexible scope holder System must allow for use of both a video laryngoscope and a flexible intubation scope/bronch scope to be plugged into a single monitor System must offer both adult and pediatric difficult intubations equipment in the standard Miller and Mac video laryngoscope options that NCHCS Physicians are accustomed to System must allow for use of 3 different diameter digital intubation scopes (5.5mm, 4.0mm and 2.85mm) that can all be used on the same monitor System must include sterilization trays for the scopes System must include all accessories necessary for successful airway management as shown on quote #40881180 Monitor: Screen must be 1280 x 800 pixel resolution USB & HDMI ports Video and image capture in real time on SD card Playback of recorded video clips and still images Data transfer from SD card to USB flash drive 7 monitor Pocket Monitor: Must be an LCD monitor with power supply for all video laryngoscopes in the system Screen size of 3.5 Must be able to document images and videos on internal memory Monitor must be movable via two rotation axis Must have rechargeable Li-ion batteries 1-hour operation time Exchangeable battery pack Must have power management with capacity indicator End of Salient Delivery shall be provided no later than 60 days after receipt of order. FOB Destination. The contractor shall deliver line item(s) 0001 and 0025 to Sacramento VA Medical Center Mather, CA 95655. Place of Performance Address: 10535 Hospital Way Mather, CA Postal Code: 95655 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. The following clauses and provisions applies to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding line item descriptions listed within the solicitation. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding line item descriptions. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 3) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed items such that OEM warranty and service are provided and maintained by the OEM. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The vendor s quote must meet the line item descriptions and salient characteristics listed within the solicitation for all items. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting all the line item descriptions and salient characteristics listed within the solicitation. The technical ratings are defined as follows: Acceptable: Quote clearly meets all the line item descriptions and salient characteristics listed within the solicitation. Unacceptable: Quote does not clearly meet all the line item descriptions and salient characteristics listed within the solicitation. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for an C-MAC Airway Management System as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Wednesday, September 19, 2018, 3:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9647/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9647 36C26118Q9647-C-MAC AIRWAY MANAGEMENT SYSTEM-MATHER.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591314&FileName=36C26118Q9647-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591314&FileName=36C26118Q9647-000.docx

 
File Name: 36C26118Q9647 Combined Synopsis Solicitation - 36C26118Q9647.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591315&FileName=36C26118Q9647-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591315&FileName=36C26118Q9647-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05087512-W 20180915/180913231139-b3d164a4d4fa0367efda6bbabf7b59b0 (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.