Combined Synopsis/Solicitation
(i) This is a combined synopsis/solicitation for Sonosite Ultrasound, BRAND NAME, 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 36C24419Q1080 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 2019-02, effective date May 6, 2019.ÃÂ
(iv) This solicitation is set aside 100% for Small Businesses and the associated NAICS code 334510 has a small business size standard of 1250.
(v) Contract Line Items (CLIN):
Item Number
Description
Quantity
Unit of Measure
Unit Price
0001
SonoSite S II Ultrasound System EIL 032, CSN: 6515-991250, NXA-NX PLAN-ED-ULTRASOUND
1
EA
0
0002
DICOM (Print, Store, Worklist, MPPS, Storage Commit)
1
EA
0
0003
L25X / 13-6 MHZ Transducer Transverse Biopsy Compatible
1
EA
0
0004
Power Pack
1
EA
0
0005
SII Stand
1
EA
0
0006
2.4GHz and 5GHz Wireless Connectivity
1
EA
0
0007
SII Ultrasound Service Manual
1
EA
0
0008
SII Ultrasound System User Guide English
1
EA
0
0009
SII Ultrasound Service Manual
1
EA
0
0010
60 MONTHS - STANDARD COVERAGE WARRANTY
1
EA
0
Item Number
Description
(vi) Comparable products must be brand name in the following specifications:
STATEMENT OF NEED
EMERGENCY DEPARTMENT ULTRASOUND
The Emergency Department at VAPHS requires a portable ultrasound device which will allow for immediate imaging capability to treat patients who arrive in the Department with urgent needs.
This device must:
Provide clear imaging with high levels of penetration and contrast - 256 shades of grayscale
All digital broadband architecture
Dynamic range up to 165dB
Switch quickly between exam types
Go from cold start to operational in under a minute
Display imagery with a high visibility, non-reflective screen and wide viewing angle - 85 degrees, up/down/left/right
Come with durable cables which can withstand the rigors of use in a congested area, including being rolled over by other equipment on casters
Be easily operated with intuitive controls
Have a small footprint and be easily portable throughout the Department
Be capable of producing high resolution vascular scans, allowing clinicians to locate proper locations for venipuncture and arterial access - 12 /30cm or larger display screen
Be easily cleaned and available for use on successive patients
HIPAA Compliant
Additional Information:
All items are to be delivered as soon as possible.ÃÂ Please include shipping charges, if applicable.
Please indicate which items are open market, if any, and what items are on your FSS/NAC/SEWP contract.
Please include the warranty information for each CLIN, IE: 1-year parts and labor.
No bid responses are appreciated.
Delivery Address:
Department of Veterans Affairs
VA Pittsburgh Healthcare System
Pittsburgh University Drive Campus
1NE107-1-UD
University Drive C
Pittsburgh, PA 15240
ALL QUESTIONS are to be sent to Walida A. Moore at
[email protected] by NO LATER THAN 8/23/19 at 3 PM EST
(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)
(a) Gray market items are Original Equipment Manufacturers (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.ÃÂ No remanufactures or gray market items will be acceptable.
ÃÂ
(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.ÃÂ 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.ÃÂ 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 toÃÂ 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.ÃÂ
(ix) Evaluation of this requirement will be based on PRICE and salient characteristics.
(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)
52.219-6 Notice of Total Small Business Set-Aside (2011)
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) There are no additional contract requirements, terms or conditions.
(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
(xv) Quotes must be emailed to
[email protected] and received no later than 3 PM EST on the 8/27/2019 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 than an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award.
(xvi) For information regarding the solicitation, please contact Walida A. Moore at
[email protected]
Bid Protests Not Available