This is a combined synopsis/solicitation for commercial items 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. The solicitation number is VA258-15-Q-0700 and is being issued as request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 (Effective 7/02/15). This acquisition is UNRESTRICTED and the associated NAICS code is 339112 and small business size standard is 500 employees.
The Government anticipates awarding a five (5) year firm-fixed price consignment agreement. This RFQ closes on September 11, 2015 at 1:00 PM EST. Quotes must be received on or before the closing date and time of this RFQ. All responding vendors must be registered in System for Award Management (SAM - https://www.sam.gov) in order to receive an award.
The New Mexico Veterans Affairs Healthcare System (NMVAHCS) has a requirement for brand-name or equal FDA approved endovascular implant prosthetics brand name or equal to Cook Medical Inc. Contractor shall furnish all supplies listed in below, Supplies/Services and Prices/Costs on a Consignment Basis to the NMVAHCS, 1501 San Pedro Drive SE, Albuquerque, NM 87108-5153, in accordance with the terms and conditions of a consignment agreement. Items as listed shall be placed at the VA Medical Center, stocked in a secured area agreed upon by the Contractor and Contracting Officer's Representative (COR) and as described by the product labeling, at no expense to the Government.
The prices proposed shall not exceed the established Medicare prices applicable to the geographic area subject to this solicitation and at the time of performance.
Payment for items furnished under the agreement is applicable only when such items are used (implanted) or the package is opened by the VA. Contractor(s) shall agree to accept the Government Purchase Card as the preferred method of payment.
Consignment Agreement - An agreement for a specified period of time during which the Contractor provides an item to the Government, reimbursement for which is made only if and when the Government makes use of the item. Unused items are returned to the Contractor at the end of the effective period of the agreement without reimbursement or other expense to the Government. The Government assumes no liability for any item(s) assigned to VISN 18 on a consignment basis until a requirement for the item exists and a purchase or delivery order is placed against the agreement. Title for the consigned items shall remain with the contractor until the items are used.
The proposed contract period is for five (5) years to begin at the start of fiscal year 2016. Based on the anticipated volume of orders to be issued over the life of the contract, potential offerors are encouraged to provide additional discounts and price reductions from their current pricing schedules.
?
This request is written with the specification of BRAND NAME OR EQUAL to the currently used items at the participating VAMC. If any interested potential offerors can meet the below specifications BRAND NAME OR EQUAL to the currently used items, please respond to this solicitation with enough information to demonstrate that these specifications can be met.
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
CLIN 0001 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Gunther Tulip Vena Cava Filter - Jugular w/ NavAlign Delivery
Brand Name or Equal to - Cook Medical Inc
Part Number G52916 2.00 EA __________________ __________________
CLIN 0002 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Gunther Tulip Vena Cava Filter - Femoral w/ NavAlign Delivery
Brand Name or Equal to - Cook Medical Inc
Part Number G52917 2.00 EA __________________ __________________
CLIN 0003 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Gunther Tulip Vena Cava Filter - Retrieval Set
Brand Name or Equal to - Cook Medical Inc
Part Number G13287 2.00 SE __________________ __________________
CLIN 0004 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Zilver 635 Vascular Self-Expanding Stent
6x40x80
80 cm Over-the-Wire Delivery System
Brand Name or Equal to - Cook Medical Inc
Part Number G43846 2.00 EA __________________ __________________
CLIN 0005 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Zilver 635 Vascular Self-Expanding Stent
6x80x80
80 cm Over-the-Wire Delivery System
Brand Name or Equal to - Cook Medical Inc
Part Number G43848 2.00 EA __________________ __________________
CLIN 0006 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Zilver 635 Vascular Self-Expanding Stent
8x40x80
80 cm Over-the-Wire Delivery System
Brand Name or Equal to - Cook Medical Inc
Part Number G43856 2.00 EA __________________ __________________
CLIN 0007 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Zilver 635 Vascular Self-Expanding Stent
8x60x80
80 cm Over-the-Wire Delivery System
Brand Name or Equal to - Cook Medical Inc
Part Number G43857 2.00 EA __________________ __________________
CLIN 0008 Contract Period: Base
POP Begin: 10-01-2015
POP End: 09-30-2016
Zilver 635 Vascular Self-Expanding Stent
8x80x125
125 cm Over-the-Wire Delivery System
Brand Name or Equal to - Cook Medical Inc
Part Number G43833 2.00 EA __________________ __________________
CLIN 0009 Contract Period: Option Year One
POP Begin: 10-01-2016
POP End: 09-30-2017
List Grand Total of Items contained in CLINS 1-8 for Option Year Pricing 1.00 EA ___________________ __________________
CLIN 0010 Contract Period: Option Year Two
POP Begin: 10-01-2017
POP End: 09-30-2018
List Grand Total of Items contained in CLINS 1-8 for Option Year Pricing 1.00 EA ____________________ __________________
CLIN 0011 Contract Period: Option Year Three
POP Begin: 10-01-2018
POP End: 09-30-2019
List Grand Total of Items contained in CLINS 1-8 for Option Year Pricing 1.00 EA ____________________ __________________
CLIN 0012 Contract Period: Option Year Four
POP Begin: 10-01-2019
POP End: 09-30-2020
List Grand Total of Items contained in CLINS 1-8 for Option Year Pricing 1.00 EA ___________________ _________________
GRAND TOTAL __________________
Interested offerors: All questions must be in writing and submitted one calendar day prior to the closing date of the solicitation to enable the Buyer to respond. Questions not received within this timeframe may not be considered. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government.
The selected Offeror(s) must comply with the following commercial item terms and conditions, which are incorporated herein by reference:
(FAR CLAUSES)
52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS;
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS- Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract: 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://www.acquisition.gov/far/index.html
http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
52.204-9 Contractor Access to Government Facilities
52.216-18 Ordering
52.216-19 Order Limitations
52.216-22 Indefinite Quantity
52.217-8 Option to Extend Services - temporary extension
52.217-9 Option to Extend the Term of the Contract
52.232-37 Multiple Payment Arrangements
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
(VAAR CLAUSES)
852.203-70 Commercial Advertising
852.211-73 Brand Name or Equal
852.232-72 Electronic Submission of Payment Requests
852.246-71 Inspection
852.232-72 Electronic invoice
852.246-70 Guarantee
852.246-71 Inspection
(End of Addendum to 52.212-4)
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders.
52.212-1 Instructions to Offerors-Commercial Items
Offeror must complete and return the Price/Cost Schedule (for all line items) electronically to
[email protected].
Offeror submitting an equal item must include product literature and documentation for an equal determination based on the following salient characteristics: FDA approved items, specified sizes in Price/Cost Schedule, consignment agreement with all items at facility must start 10/1/2015, reimbursement for which is made only if and when the Government makes use of the item, and unused items are returned to the Contractor at the end of the effective period of the agreement without reimbursement or other expense to the Government.
(ADDENDUM TO 52.212-1)
52.252-1 Solicitation Provisions Incorporated by Reference:
http://www.acqusition.gov/far/index.htms
http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
(FAR PROVISIONS)
52.209-5 Certification Regarding Responsibility Matters
52.211-6 Brand Name or Equal
52.216-27 Single or Multiple Awards
52.225-18 Place of Manufacture
(VAAR PROVISIONS)
852.211-72 Technical Industry Standards
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference
852.270-1 Representatives of Contracting Officers
852.273-74 Award Without Exchanges
(End of Addendum 52.212-1)
52.212-2 Evaluation-Commercial Items
The provision at 52.212-2, Evaluation -- Commercial Items -Lowest Price Technically Acceptable. This is a competitive Request for Quote (RFQ) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. An Award will be made based on the lowest priced quote meeting or exceeding the salient characteristics for non-cost factors.
52.212-2 Addendum includes the following to paragraph (a): The Government will evaluate each quote strictly in accordance with its contents. A quote that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such quotes may be determined unacceptable. Award will be made to the lowest-price, technically-acceptable offeror. Award will be made to the offeror that presents the quote that possesses all of the following characteristics:
(1) meets the acceptability standards,
(2) conforms to the solicitation,
(3) determined acceptable to the Government,
(4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror,
and (5) has the lowest price of those offerors meeting the first four characteristics listed here.
Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial offer shall contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary
The factors are listed in descending order of importance.
TECHNICAL ACCEPTABILITY AND PRICE:
1. Technical acceptability:
Technical acceptability of the items offered to meet the Government's requirement. Salient characteristics: FDA approved items, specified in Price/Cost Schedule, consignment agreement with all items at facility must start 10/1/2015, reimbursement for which is made only if and when the Government makes use of the item, and unused items are returned to the Contractor at the end of the effective period of the agreement without reimbursement or other expense to the Government.
2. Price: Prices will be evaluated for fair and reasonableness.
Offeror shall provide all items in the Price/Cost Schedule.
(End of 52.212-2 Addendum)
FAR 52.212-3 Offeror Representations and Certifications- Commercial Items
Bid Protests Not Available