Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

65 -- ANESTHESIA MACHINES

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
ZIP Code
15215
 
Solicitation Number
36C24419Q0405
 
Response Due
3/12/2019
 
Archive Date
4/11/2019
 
Point of Contact
derrick.maruski2@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for Anesthesia Machines, 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 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 employees. 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. The VA Medical Center in Erie, PA requires the acquisition, delivery, and installation of (4) anesthesia machines. As stated above this is A BRAND NAME OR EQUAL and the BRAND NAME item being contemplated is the DRAGER FABIUS GS PREMIUM ANESTHESIA MACHINE (Model #8607000). The part numbers provided in the CLINS below reflect the Drager part # s. The salient characteristics are also included below. Contractors shall have no access to Department of Veterans Affairs computer systems.    If required, each contractor employee working on-site must complete training course VA Privacy and Information Security Awareness and Rules of Behavior.    When a new contractor employee arrives on-site they must contact Contracting Officer Representative (COR), who will arrange for this training. (ii) The solicitation number is 36C24419Q0405 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) (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA __________________ __________________ ITEM #8607000: FABIUS GS PREMIUM ANESTHESIA MACHINE. INCLUDES THE FOLLOWING COMPONENTS. *****MAIN CONFIGURATION***** ITEM #OPC5612: BASIC UNIT FABIUS GS PREMIUM, 4 EACH; ITEM #OPC5190: 3GAS, FLOW METERING O2,AIR, N2O, 4 EACH; ITEM #OPC5005: 3 GAS INLET 3 CONNECTOR DISS, 4 EACH; ITEM #OPC5352: DOUBLE VAPOR MOUNT AUTO EXCL, 4 EACH; *****CONNECTIONS***** ITEM #OPC5376: PIN INDEX O2-AIR-N2O Central gas supply hoses, 4 EACH; ITEM #OPC5236: 2ND RS232 PORT - COM2, 4 EACH; *****VENTILATOR & DISPLAY***** ITEM #OPC5090: PCV + PS, Option Package: Pressure Control Ventilation + Pressure Support (PCV+PS, 4 EACH); ITEM #OPC5613: COLOR SCREEN, 4 EACH; ITEM #OPC5359: COSY 2.6 WITH HEATING, 4 EACH; ITEM #8607111: COSY COVER/RAMMING PROTECTION, 4 EACH; ITEM #OPC5237: COSY ARM, LENGTH 200MM, LEFT, 4 EACH; ITEM #OPC5220: MOISTURE REDUCTION KIT, LEFT, 4 EACH; ITEM #8605088: FLEXIBLE BREATHING BAG ARM, 4 EACH; ITEM #OPC5560: MECH. AIRWAY PRESSURE GAUGE K, 4 EACHI; ITEM #8608016: PRESSURE PORT GUARDS, 4 EACH; *****REQUIRED ACCESSORIES***** ITEM #MX50090: CLIC ADAPTER, 4 EACH; ITEM #M33300: AGSS, 4 EACH; ITEM #M33295: AGSS TRANSFER HOSE, 1M, 4 EACH; ITEM #4117515: GCX MOUNT BRACKET FOR AGS, 4 EACH; *****ENDOTRACHEAL SUCTION***** ITEM #4118454: ENDOTRACHEAL SUCTION KIT VACUUM SUCTION MOUN, 4 EACH; *****O2 THERAPY***** ITEM #OPC5020: O2 THERAPY EXTERNAL O2 FLOW TUBE, U, 4 EACH; *****HARDWARE COMPONENTS***** ITEM #8604122: HARDWARE COMPONENTS HALOGEN LAMP UL, 4 EACH; ITEM #8607019: HALOGEN LAMP HOLDER, 4 EACH; ITEM #OPC5022: ADD. PULL OUT WRITING TRAY, 4 EACH; ITEM #8607596: SET OF 2 HANDLES, RAIL MOUNTED, 4 EACH; *****RESULT WORKSTATION SETUP***** ITEM #OPC5023: RESULT WORSTATION SETUP WITH COVERS F. LEFT MOUNT COSY, 4 EACH; *** Selection CS hoses *** with O2 with N2O with AIR with VAC with EVAC DISS/CGAV-5 / Nipple+Nut CS system for Bennett plug ITEM #4119078: ADAPTER O2 DISS - PUR.BENNET, 4 EACHT; ITEM #4119075: ADAPTER N2O DISS - PUR.BENNETT, 4 EACH; ITEM #4119076: ADAPTER AIR DISS - PUR.BENNET, 4 EACHT; ITEM #4119077: ADAPTER VAC DISS - PUR.BENNETT, 4 EACH; ITEM #4119079: ADAPTER EVAC DISS - PUR.BENNETT LENGTH OF CS HOSES 15FT, 4 EACH; ITEM #4185141: O2 CS HOSE 15FT DISSN/DISSN 4185143 N2O CS HOSE 15FT DISSN/DISSN, 4 EACH; ITEM #4199604: AIR CS HOSE 15FT DISSN/DISSN, 4 EACH; ITEM #4199601: VAC CS HOSE 15FT DISSN/DISSN, 4 EACH; ITEM #4199598: EVAC CS HOSE DISSN/DISSN 15FT, 4 EACH. LOCAL STOCK NUMBER: 8607000 0002 4.00 EA __________________ __________________ ITEM #M32692: HOSE SET LOCAL STOCK NUMBER: M32692 0003 1.00 EA __________________ __________________ ITEM #1979206: 3RD PARTY HARDWARE ITEM #Q102051B: PRECISION MEDICAL AIR/OZ BLENDER KIT (4 EA) ITEM #DR-0021-23: GCX AIR/O2 BLENDER MOUNT FOR FABIUS LOCAL STOCK NUMBER: 1979206 0004 8.00 EA __________________ __________________ ITEM #8607840:KIT POWER OUTLET STRIP. INCLUDES THE FOLLOWING COMPONENTS. *****EQUIPMENT SELECTION (FOR FABIUS GS PREMIUM)***** ITEM #8606259 WITH CONVERSION KIT-GCS RAIL (8 EACH); ITEM #G92558 POWER STRIP JP/USA/CAN (8 EACH). LOCAL STOCK NUMBER: 8607840 0005 4.00 EA __________________ __________________ ITEM #8607218 KIT - RAMMING PROTECTION (COSY 2.6) LOCAL STOCK NUMBER: 8607218 0006 24.00 EA __________________ __________________ ITEM #MX00004: CLIC ABSORBER 800+ LOCAL STOCK NUMBER: MX00004 0007 4.00 EA __________________ __________________ ITEM #M36049: CASTrGARD,SMALL (SET OF 4) LOCAL STOCK NUMBER: M36049 0008 1.00 EA __________________ __________________ ITEM #M35054 VAPOR 2000. TO INCLUDE THE FOLLOWING COMPONENTS. *****SELECTION OF VAPOR***** ITEM # OPC0096: SEVOFLURANE 1 EACH; ITEM #OPC5417: PLUG IN ADAPTER AUTO EXCLUSION 1 EACH; *****ACCESSORIES FOR VAPOR***** ITEM #M36120: FILLING ADAPT. DRAGER FILL SER 1 EACH. LOCAL STOCK NUMBER: M35054 0009 5.00 EA __________________ __________________ ITEM #1979570: CLINICAL APPLICAT.SUPPANESTHESIA.8hsegm. LOCAL STOCK NUMBER: 1979570 0010 4.00 EA __________________ __________________ ITEM #1979733: TRADE IN CREDIT FOR FABIUS GS PREMIUM (PER MACHINE) 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.:____________________________________________________________________ Comparable products must be brand name or equal containing the following salient features: The anesthesia machine must be approved by the Federal Food and Drug Administration (FDA). The anesthesia machine must be suitable for general and regional anesthesia cases for adult, pediatric, and neonatal patients without having to change any components of the device (only the breathing circuit). The anesthesia machine must accept O2, N2O, and Air supplied by a medical gas pipeline system or by externally mounted gas cylinders. The anesthesia machine must include gas hoses (at least 15-foot) and adapters for oxygen (O2), Nitrous Oxide (N2O), Medical Air, Vacuum, Waste Anesthetic Gas Disposal (WAGD) and E-cylinder Diameter Index Safety System (DISS). The anesthesia machine must have a minimum of two storage drawers. In the event of a mains power failure, the Anesthesia Machine must have a battery backup that will support operation for a minimum of 30 minutes. The anesthesia machine must have a central brake for locking the wheels. The anesthesia machine must be suitable for volatile anesthesia delivery in a rebreathing system. The anesthesia machine must have a safety mechanism that prevents dosing more than one agent at a time. The anesthesia machine must support at least two in-line vaporizers. The anesthesia machine must include an on-screen low flow anesthesia feedback tool as standard to assist clinicians in the delivery of low flow anesthesia. The anesthesia machine vaporizers must deliver the following anesthetic agents: Desflurane, Enflurane, Isoflurane, Halothane and Sevoflurane. The vendor's vaporizer must include a transport (T) setting for intra-hospital transport in any position while filled with anesthetic agents. The anesthesia machine must have at least an oxygen analyzer to monitor FiO2. It must be impossible to deactivate the Oxygen (FiO2) alarms. The anesthesia machine must make possible manual and automatic ventilation as well as spontaneous breathing with or without pressure support. During pressure supported ventilation a minimum back up rate must be adjustable for assuring minimum minute ventilation. The anesthesia machine must be able to deliver a tidal volume up to at least 1,400 mL to the patient. The unit must be able to provide both volume-controlled ventilation (with compliance compensation) and pressure-controlled ventilation. The anesthesia machine must allow for the delivery of at least O2 and anesthetic agent without any power to the anesthesia machine for manual ventilation in emergency instances where care must be provided or continued immediately. The anesthesia machine must have a display rotary knob to facilitate fast, accurate adjustments to parameters and alarm settings. The anesthesia machine must offer a user interface that is consistent across the vendor's currently sold anesthesia machine portfolio. The alarm structure on the anesthesia machine will be hierarchical with each alarm falling into one of three categories: high priority, medium priority, and low priority. Each priority level must have a distinct audible and visual indication. The anesthesia machine must monitor the following patient parameters and activate visual and audible alarms if set parameters are out of range: Paw, MV, FiO2. It shall not be possible to silence any unresolved alarm for more than 2 minutes on the anesthesia machine. The anesthesia machine must be equipped with a clearly labeled and color-coded O2+ Flush capable of delivering an O2 flow of at least 35 L/min to the breathing system. The anesthesia machine must be equipped with a non-tinted disposable CO2 absorbent canister which that can be changed intraoperatively without creating a leak in the breathing system. The anesthesia machine must be equipped with an APL (airway pressure limitation) valve which is easily accessible to the user. The anesthesia machine must provide a scavenging system. Anesthesia machine must be capable of monitoring at least the following: Tidal Volume, Airway Pressure, Breath Rate, Positive End-Expiratory Pressure (PEEP), and O2 concentration. The volume of gas delivered to the patient by the ventilator must not be influenced by the fresh gas entering the breathing system. CO2 absorbent canisters and flow sensors used on this device must be able to be used on other actively sold anesthesia families in the vendor's anesthesia machine portfolio. The anesthesia machine must offer GCX-style rails to support mounting patient monitors and IT solutions. The anesthesia machine must be capable of exporting at least the following variables: fresh gas flow, airway pressure, respiratory rate, tidal volume, minute volume. The anesthesia machine must provide a mechanical pressure gauge for airway pressure as well as a mechanical indicator of total fresh gas flow. The anesthesia machine must be equipped with an APL (airway pressure limitation) valve which is easily accessible to the user and can be simply pulled up to release breathing system pressure. The anesthesia machine must be equipped with an electronically controlled, electrically driven ventilator that does not require drive gas to mechanically ventilate the patient. The anesthesia machine must be capable of continuing automatic ventilation with ambient air if central and cylinder gas supplies are not available. The anesthesia machine must be equipped with a user interface and a fresh gas control operating philosophy that is consistent across the vendor's currently sold anesthesia machine portfolio. The anesthesia machine must return gas sampled for analysis back to the breathing system for use in ventilation. Anesthesia machine must offer an actively heated breathing system designed to prevent rainout. The anesthesia machine must be capable of continuing automatic ventilation with ambient air if central and cylinder gas supplies are not available. Anesthesia machine must promote patient safety during an electrical failure, which includes (1) power outage/brown out, (2) battery failure, (3) power supply failure, or (4) circuit board failure. The clinician must be able to continue to deliver (1) all fresh gases (O2, N2O, and Air), (2) agent, and (3) ventilation via the bag in the event any of these occur. Vendor will provide trade-in credit for Erie VA current Anesthesia Units. General Electric; AESTIVA/5 7900 General Electric; AESTIVA/5 7900 General Electric; AESPIRE 7100 General Electric; AESPIRE 7100 (vii) Delivery within 30 Days ARO: Erie VA Medical Center ATTN: Distribution Center 135 E. 38th Street Erie, PA 16504 (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 ONLY. (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 addresses: 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 derrick.maruski2@va.gov and received no later than 3:00 PM EST on the March 12. 2019. Quote may be submitted on this document or the vendor s own form. When submitting a quote using this document, please include: Business Name, address and point of contact (POC). (xvi) For information regarding the combined synopsis/solicitation, please contact Derrick Maruski at derrick.maruski2@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0405/listing.html)
 
Record
SN05241890-F 20190308/190306230044 (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.