Federal Bid

Last Updated on 04 Oct 2018 at 8 AM
Combined Synopsis/Solicitation
Los angeles California

65--CARDIAC OUTPUT MONITORING SYSTEM

Solicitation ID 36C26218Q9874
Posted Date 02 Aug 2018 at 5 PM
Archive Date 04 Oct 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Department Of Veterans Affairs
Agency Department Of Veterans Affairs
Location Los angeles California United states 90073
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-96, dated November 6, 2017. Solicitation # 36C26218Q9452 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award. This procurement will be issued under a small business set aside. The North American Industry Classification System (NAICS) Code is 334510 and the Small Business Administration s (SBA) size standard of 1,250 employees. The Government is seeking a contract to acquire a Cardiac Output System for the VA Greater Los Angeles Healthcare System (VAGLAHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics: Description of Need: Advanced hemodynamic, central venous access, patient monitoring platform for continuous cardiac output compatible with the Swan-Ganz pulmonary artery catheters and oximetry central venous catheter. Scope: Purchase and Installation to include: Continuous cardiac output monitor Cable CCO catheter interface Oximetry cable Roll stand End user in-service training 1. Must have the capability to monitor: Central Venous Oxygen Saturation (ScvO2) Continuous Cardiac Output (CCO, CCI) Continuous Right Ventricular Ejection Fraction (RVEF) Continuous Right Ventricular End Diastolic Volume (RVEDV, RVEDVI) Mixed Venous Oxygen Saturation (SvO2) Pulmonary Vascular Resistance (PVR) Right Ventricular Stroke Work Index (RVSWI) Stroke Volume (SV, SVI) Systemic Vascular Resistance (SVR, SVRI) 2. Must not require the use a catheter other than the Swan-Ganz pulmonary artery catheter or the oximetry central venous catheter to obtain the above measurements. 3. Must be capable of measuring CCO, RVEF, RVEDV, SvO2 through the Swan-Ganz Pulmonary Artery Catheter alone 4. Must Include: Wired and wireless communication Warranty Covers Physical and Liquid Damage to the Equipment Associated Oximetry Cable Failures Replaced at No Charge Guaranteed Next Day Replacement of Covered Equipment All Parts, Labor and Shipping Costs Covered 24/7/365 Technical & Product Phone Support End User In-Service Training Minimum one day of training of per 3 devices purchased Service and Operators Manual The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details. See attached SF 1449 Solicitation for Statement of work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: VA Greater Los Angeles Healthcare System (VAGLAHS), Supply Warehouse, 11301 Wilshire Blvd. Los Angeles CA 90073. Period of Performance: Within 90 days of placing order. Provisions 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process and award will be made to the offeror who conforms to the solicitation and represents best value to the Government. Submitting Offer: Offeror(s) shall submit their offer on a company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for offer submission. Submit all question(s) to Fredy A. Arteaga at [email protected] no later than August 14, 2018, 4:00 PM, Eastern Standard Time (EST). Ensure to reference solicitation # 36C26218Q9452 within subject line of the email. All offer(s) must be received August 17, 2018 by 4:00 PM EST via email to [email protected]. Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. Clauses FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
Bid Protests Not Available

Similar Past Bids

Location Unknown 12 Jan 2018 at 7 PM
Location Unknown 02 Sep 2016 at 6 PM
Travis air force base California 14 Mar 2019 at 4 PM
Travis air force base California 20 Apr 2018 at 3 PM
Travis air force base California 15 Feb 2019 at 5 PM