RFQ VA259-17-Q-0694: ManoScan HRMZ Equipment and System (or equal)
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.
The solicitation number is: VA259-17-Q-0694, and it is issued as a request for quotation (RFQ)
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2005-95, effective January 13, 2017.
This solicitation is 100% set-aside for Veteran Owned Small Business or Service Disabled Veteran Owned Small Business. NAICS: 339112
Contract Line Items are as follows:
*Note, this combined synopsis/solicitation is for exact match or equal, for items listed in the table below.ÃÂ
Item
Product Code
(Covidien/Given Imaging Codes)
Product Name
ManoScan HRMZ System
Qty
Price
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
1
47177
ManoScan HRM WS with Cart
1
ÃÂ
2
FGS-8039
Assy ManoScan Cart
1
ÃÂ
3
111489
PS Monitor 22in ELO Multi-touch
1
ÃÂ
4
111490
PS Printer Dell Laser
1
ÃÂ
5
FGS-0582
ManoScanî HRM/CLT WS Dell 3020 W7
1
ÃÂ
6
3282
Calibration Set Up Modular Cart
1
ÃÂ
7
3283
Assy. Modular Cart Accessory Kit
1
ÃÂ
8
800026
Cal Chamber Mount MVS
1
ÃÂ
9
FGS-8043
Esophageal HRM Practical Guide
2
ÃÂ
10
US1-6036-5
ManoScan Catheter Care Poster
2
ÃÂ
11
400100121
ManoScanî v3.0 software kit
1
ÃÂ
12
400100122
ManoView ESO v3.0.1 Software kit
1
ÃÂ
Item
Product Code
(Covidien/Given Imaging)
Product Name
Qty
Price
13
FGS-4374
ManoScanî A120 Module
1
ÃÂ
14
4189
ManoScanî Z A200 Module
1
ÃÂ
15
4284
Assy. Accessory Kit HRMZ
1
ÃÂ
16
3890
ManoScan ESO Z Catheter
1
ÃÂ
17
2680
PS MickeyMouse-3Pong PC Power Cord 6ft
1
ÃÂ
18
400100122
ManoView ESO v3.0.1 Software kit
1
ÃÂ
19
80372
HRM Catheter Extended Warranty, 1 year
1
ÃÂ
20
FGS-0450
Bravoî pH recorder
1
ÃÂ
21
FGS-0312
Bravoî pH capsule delivery dev 5-pk
0
ÃÂ
22
FGS-0493
Calibration stand Bravo/Digitrapper
1
ÃÂ
23
FGS-0306
Bravoî vacuum pump (110v)
1
ÃÂ
24
FGS-0302
Buffer pH 7.01 500 ml
1
ÃÂ
25
FGS-0303
Buffer pH 1.07 500 ml
1
ÃÂ
26
409990119
Reflux Software v6.0 Kit
1
ÃÂ
27
1190A-115A
Barrx Flex RFA Energy Generator
1
ÃÂ
28
XWAR5-FL
5-Year Service Plan BarrxTM Flex RFA Energy
1
ÃÂ
29
CART-100
Barrx RFA Cart
1
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ Total
ÃÂ
Description of exact requirements for the items to be acquired (Statement of Work):
Background ManoScan System
The Salt Lake City Veterans Health Care System is in need to purchase the ManoScan System. The GI Department will use the system to treat patients with digestive illnesses/conditions.
The Bravo pH Monitoring System is intended to be used for gastroesophageal pH measurement and monitoring of gastric reflux in adults and children from 4 years of age. The Bravo pH capsule can be attached following either endoscopy or manometry. The RAPID pH and AccuView software applications are intended to record, store, view, and analyze gastroesophageal pH data.
Scope of Work
ManoScan is a test used to assess esophageal motor function, by providing complete physiological mapping of the esophageal motor function, from the pharynx to the stomach, with a single placement of a catheter. This advanced diagnostic technology allows physicians to evaluate causes of gastric reflux, difficulty swallowing, functional chest pain and pre-operative evaluations. Bravo pH monitoring system provides a more tolerable and convenient way to evaluate your reflux symptoms when compared to catheter-based pH monitoring systems. The capsule is temporarily attached to the wall of your esophagus. The capsule transmits pH information wirelessly to a small recorder that you wear. Data can be transmitted approximately 3 feet (1 meter), which means that you can take the recorder off to shower and sleep without interrupting the test. You can engage in your usual activities during the test, which can provide your doctor with a more accurate picture of your acid exposure compared to data collected using catheter-based systems.
Barrx Flex RFA Energy Generator: 1190A-115A
The Barrx Flex RFA Energy Generator encompasses 2 procedures in 1, providing the flexibility to choose either the balloon based circumferential Barrx 360 Express or Barrx 360 RFA Balloon Catheter for larger treatment areas or the Barrx RFA Focal Catheters for smaller focal areas.
Barrx RFA Cart: CART-100
A custom procedural cart specifically designed for the storage and easy transportation of the Barrx System. The cart provides a convenient and efficient working station for radiofrequency ablation procedures along with storage space designed specifically to hold Barrx Flex RFA Energy Generator, Barrx catheters and accessories.
Specifications:
Overall Dimensions:
Height: 42.5
Width: 22.5 (34 w/trays)
Depth: 23
Product Capacity:
18 Barrx 360 RFA Balloon Catheters
12 Barrx 90 RFA Focal Catheters or
Barrx RFA Endoscopic Guidewires
Net Weight: 100 lbs.
Barrx Flex RFA Energy Generator
Barrx RFA Cart
Date and place of delivery (FOB Destination):
07/25/2017
VA Health Care System
500 Foothill Drive
Salt Lake City, UT 84148-0001
The provision at 52.212-1, Instructions to Offerors Commercial Items (Jan. 2017), applies to this acquisition.
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 equipment only for VA Medical Centers.ÃÂ ÃÂ No remanufactures or gray market items will be acceptable.
Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, 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 ÃÂ All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable (LPTA), In order to be Technically Acceptable, item quoted must meet all requirements in the Scope of Work.
Note: This is an open market acquisition, but FSS pricing is acceptable and encouraged, if available.
Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable, if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.
Any additional contract requirements or terms and conditions: None.
The Defense Priorities and Allocations System (DPAS) does not apply.
The provisions at 852.211-73,ÃÂ Brand name or equal apply.
BRAND NAME OR EQUAL (JAN 2008)
(Note: As used in this clause, the term brand name includes identification of products by make and model)
If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.ÃÂ Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid.ÃÂ The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity.ÃÂ CAUTION TO BIDDERS.ÃÂ The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity.ÃÂ Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
Date and Time offers are due: June 27, 2017- 1:00 PM (EST)
Name and telephone number of the individual to contact for information regarding the solicitation: Sean Rice, Contract Specialist,
[email protected]
Bid Protests Not Available