Federal Bid

Last Updated on 16 Jul 2017 at 8 AM
Combined Synopsis/Solicitation
Salt lake city Utah

65--AISYS Anesthesia Machine Upgrade - BRAND NAME

Solicitation ID VA25917Q0473
Posted Date 05 Jun 2017 at 5 PM
Archive Date 16 Jul 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Network Contract Office 19 (36c259)
Agency Department Of Veterans Affairs
Location Salt lake city Utah United states
1 Combined Synopsis Solicitation: Carescape AISYS Anesthesia Machine 1. General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is VA259-17-Q-0473 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 19, 2017. This procurement is a 100 percent Small Business set-aside. The applicable North American Industry Classification System Code (NAICS) is 339112 Surgical and Medical Instrument Manufacturing the small business size standard is 1,000 employees. Notice of total small business set-aside, page 1-2, applies to all items in this solicitation. New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror responsibility to ensure the quote is received. Quote must be good for 30 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Department of Veterans Affairs, Network Contracting Office 19 is soliciting offers to supply the George E Wahlen Medical Center with the listed items below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirement. This combined synopsis/solicitation is for Brand Name Only items listed below. 3. Date(s) and place(s) of delivery and acceptance and FOB point: Delivery must be within 30 days ARO FOB: Destination Deliver to: Department of Veterans Affairs George E Wahlen VAMC 500 Foothill Blvd Salt Lake City, UT 84148 Line Item DESCRIPTION PRODUCT NUMBER QTY UNIT COST TOTAL COST 1 AISYS Spectrolite Upgrade Kit 2078727-001 11 2 ecoFLOW Software Option 2068610-001 11 3 Bezel Upper MGAS/S5/Cable management for both Spectrolite and MGAS/EGAS Configuration M1225142 11 4 Touchscreen Display Kit (English for USA) 2078046-001-US 11 5 Field Service Upgrade Labor Charge 2092979-001 33 6 Patient Monitor Mount, Vertical 15x 15/17/19, field installed 2065378-001-S 11 7 Patient Data Module 2042084-001 14 8 Pole/Rail Clamp 2021963-001 14 9 PDM Dovetail Mount M1161570 14 10 PDM Bedside Dock with Guide 2030340-002 14 11 Installation Charge 2083083-001 14 12 CARESCAPE respiratory Module, E-sCAiO M1199109 14 13 D-fend Pro Water Trap Dark Steel Blue (for E-sCAiO) (1 case/10 units) M1182629 14 14 Exhaust line with Colder Fitting, 18cm/7in CF-8004463 14 15 CARESCAPE Monitor B450 2068491-001 6 16 CARESCAPE respiratory Module, E-sCAiO M1199109 6 17 D-fend Pro Water Trap Dark Steel Blue (for E-sCAiO) (1 case/10 units) M1182629 6 18 Wall mount, VHM Locking w/o wall channel 2014448-001 6 19 19 inch wall channel 411959-001 6 20 GCX Utility Hook for use w/M & VHM series arms 2038478-001 6 21 Non Transport B450 Monitor 2095710-001 6 22 Installation Charge 2083083-001 6 23 Patient Data Module 2042084-001 6 24 Dual temp Cable, 1.7ft, 400/700 series CF2016998-001 6 25 Temerature Extension Cable, 400-Ser, 2.8m CF-165641 6 26 DURA-CUF DINACLICK starter Kit, ADLT 3/PK (3.6m Adult hose, 1 sm adult, 1 med adult, and 1 lrg adult cuff) 2059441-001 6 27 Dual Invasive Pressure Adapter Cable CF-2005772-001 6 28 EDWARDS TRUWAVE Invasive pressure Interface Cable, 12ft CF-2021197-001 12 29 Multi-Link 3/5-Lead ECG Cable, w/ESU filter, AHA, 3.6m/12ft CF-2022948-001 6 30 Lead wire Set,ECG, Multi-Link Group, 3-Ld Grab, AHA, 51in., 3/set CF-412682-002 6 31 Multi-Link 5-Leadwire set, grouped, grabber, AAMI/AHA,130cm/51in. 5/Set CF-412681-002 6 32 Installation Charge 2083083-001 6 33 CARESCAPE Monitor B650 2068487-001 1 34 CARESCAPE respiratory Module, E-sCAiO M1199109 1 35 D-fend Pro Water Trap Dark Steel Blue (for E-sCAiO) (1 case/10 units) M1182629 1 36 Patient Data Module 2042084-001 1 37 Dual temp Cable, 1.7ft, 400/700 series CF2016998-001 1 38 Temerature Extension Cable, 400-Ser, 2.8m CF-165641 1 39 Installation Charge (No Charge) 2083083-001 1 40 DINACLICK Airhose, 12ft (3.6m) CARE Hose w/Rectangle Connector to Adult 2T DINACLICK Connector 2058203-002 1 41 SENSA-CUF Assortment Kit, 2T DINACLICK- 3/PK (1sm, 1 adult, 1lrg adult) 2059300-001 1 42 Multi-Link 3/5-Lead ECG Cable, w/ESU filter, AHA, 3.6m/12ft CF-2022948-001 1 43 Lead wire Set,ECG, Multi-Link Group, 3-Ld Grab, AHA, 51in., 3/set CF-412682-002 1 44 Multi-Link 5-Leadwire set, grouped, grabber, AAMI/AHA,130cm/51in. 5/Set CF-412681-002 1 45 Installation Charge 2083083-001 1 46 EZ Change Module 1407-7021-000 1 47 Replacement ABS breathing circuit,Aisys 1407-7017-000 1 48 Quick CAL calibration gas, CO2 High Accuracy calibration gas 755587 3 4. Applicable Provisions and Clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The following FAR and VAAR provisions and clauses are incorporate into this solicitation document by reference: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable); and VAAR 852.246-70 Guarantee, 852.203-70 Commercial Advertising, 852.211-70 Service Data Manuals, 852.232-72 Electronic Submission of Payment Requests, and 852.246-71 Inspection. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR). Additionally, please include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. 52.212-2, Evaluation-Commercial Items The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the Government intends to award to the technically acceptable quote with the lowest evaluated price. The following factors shall be used to evaluate offers: Price and technical acceptability. Technical acceptability is equal to price. The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable . 6. Offeror Instructions: The Government intends to issue a single award firm fixed price purchase order. Offerors must submit quotes electronically via email. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. RESPONSES ARE DUE: 16 June 2017 at 4:00p.m. EST. Offers will only be accepted electronically via e-mail to [email protected]. Enter RFQ VA259-17-Q-0473 Anesthesia Machine SLC in the email subject line.
Bid Protests Not Available

Similar Past Bids

North little rock Arkansas 06 Apr 2017 at 2 PM
Location Unknown 24 Mar 2017 at 4 PM
Palo alto California 21 Aug 2018 at 7 PM
Salt lake city Utah 15 Feb 2018 at 3 PM

Similar Opportunities

Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Fort meade South dakota 11 Jul 2025 at 10 PM
Kansas city Missouri 09 Oct 2025 at 4 PM