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