Solicitation Number:
VA-241-11-RQ-1324
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
(i) 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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA-241-11-RQ-1324 and is issued as an RFQ.
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-35, July 14, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR)
(iv) North American Industry Classification System (NAICS) code is 339113, and the size standard is 500 employees. This combined synopsis/solicitation is a notice of intent to sole source, not a request for a proposal. A solicitation document will not be issued and proposals will not be requested. The Department of Veterans Affairs intends to negotiate and award a contract on a noncompetitive basis to O.R. Solutions, who is a small business, and they are located at 3901 Centerview Drive, Chantilly, VA 20151. This action shall be undertaken in accordance FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). However, all other responsible sources that feel they can provide this item may submit a capability statement, proposal, or quotation. Information received from interested parties will be considered solely for the purpose of determining whether to conduct a competitive procurement.
(v) This requirement consists of (3) line items:
1. Part Number #: ORS-1075HS - Hush-Slushî Machine - Qty: 2
2. Part Number #: ORS-K24ORT - AUTO-SLUSHî Automated Slush System Kit - Qty: 2
3. Part Number #: ORS-2038D - Intra-operative Solution Warmer - Qty: 2
(vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation:
Description of requirements:
1. Part Number #: ORS-1075HS - Hush-Slushî Machine - Qty: 2
The ORS-1075HS Hush-Slushî machine is ORS-K24 AUTO-SLUSHî compatible. The machine features whisper-quiet operation and has a 7.5-liter slush basin. Surface mounted On/Off controls allow scrub nurse to operate in the sterile field.
2. Part Number #: ORS-K24ORT - AUTO-SLUSHî Automated Slush System Kit - Qty: 2
AUTO-SLUSHî consists of the equipment necessary to automate the slush making capability of the ORS-1075HS.
3. Part Number #: ORS-2038D - Intra-operative Solution Warmer - Qty: 2
The ORS-2038D Intra-operative Solution Warmer consists of one 3.8-liter warming basin with surface mounted controls that can be operated in the sterile field. Digital temperature control selects and maintains fluid temperature up to 120ð F.
Product Information
The ORS-1075 Hush Slushî System consists of a 7.5 liter slush machine with optional Auto-Slushî Kit and Irrigation Solution Warmer. Auto-Slushî automatically stirs the solution saving valuable nursing time and produces a "soft velvet slush" that optimizes patient safety. The Hush Slushî System is easy to operate and does not require an alcohol transfer medium or additional stainless steel basin so set-up time is reduced. Surface mounted On/Off controls allow the scrub nurse to operate the system in the sterile field. Whisper-quiet operation significantly
reduces noise levels in the operating room. Our patented Hush Slushî technology allows the nursing staff to
deliver high quality slush safely and efficiently.
(vii) Delivery FOB Destination to:
VA Boston Healthcare System
West Roxbury Campus
1400 VFW Parkway
West Roxbury, MA 02132
More information will be provided upon contract award.
(viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation.
(ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror who is deemed the lowest bidder technically acceptable.
(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far;
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Servicing Data Manuals, VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, VAAR 852.215-71 Evaluation Factor Commitments, VAAR 852.246-70 Guarantee, VAAR 852.246-71 Inspection, VAAR 852.273-76 Electronic Invoice Submission.
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232-34.
(xiii) N/A
(xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition
(xv) RESPONSES ARE DUE Tuesday, September 27, 2011 at 10:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Chris Humphrey, Contracting Specialist, e-mail
[email protected]
(xvi) Please address questions to Chris Humphrey, Contracting Specialist, e-mail
[email protected]
Bid Protests Not Available