The Department of Veterans Affairs Network Contracting Office (NCO) 07 has a requirement for Truclear Uterine Tissue Removal System. The North American Industry Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing.
Department of Veterans Affairs Atlanta VA Medical Center intends to award a Firm Fixed Price Contract for Truclear Uterine Tissue Removal System.
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 01 01/22/2019
This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 339112 Surgical and Medical Instrument Manufacturing and the business size standard is 1000.
The Contract Line Item Numbers (CLINS), items, quantities and units of measure requested are:
Item #
Description/Part Number*
Qty
Unit
72205029
Medtronic covidien vacuum regulator
1
EA
7209820
Medtronic covidien truclear footswitch
1
EA
7209808
Medtronic covidien truclear control unit
1
EA
7205683M
Medtronic covidien multi-purpose tray
4
EA
72205001
Medtronic covidien hysterolux scale
1
EA
72205000
Medtronic covidien hysterolux control unit
1
EA
72205002
Medtronic covidien country kit US/Canada
1
EA
7209807
Medtronic covidien truclear handpiece
4
EA
722048.79
Medtronic covidien truclear elite hysteroscope
4
EA
72204878
Medtronic covidien truclear elite hysteroscope mini
4
EA
SALIENT CHARACTERISTICS
Dimensions 5.0" H x 16.1" W x 12.6" D
(127 mm H x 409 mm W x 320 mm D)
Weight 10.6 lb
(4.8 kg)
Power Requirements 100 120/200 240 VAC, 50/60 Hz, 350 VA
Cooling Requirements None
Protection Protection against electrical shock class 1 with BF type applied part.
Protection against harmful ingress of water.
Ordinary equipment, none provided.
Degree of safety of application in the presence of flammable anesthetics
with mixture of air, oxygen, or nitrous oxide (not suitable).
Mode of Operation Continuous operation with short-time loading.
Controls Power up/power down, two momentary push buttons for increasing
and decreasing speed settings, momentary push button for displaying
diagnostic codes.
Rear Panel Detachable power cord with a three-pin hospital-grade connector (power
input circuit automatically detects AC power standard); equipotential
compensator terminal; two 6.3 amp/250 V quick-acting fuses.
Display 20-character by two-line alphanumeric display that indicates minimum,
maximum, and set speed; horizontal bar graph of morcellator speed
relative to range; morcellator direction; diagnostic information.
Connections Power cord connector, handpiece cable connector for handpiece control,
footswitch cable connector for foot control.
Footswitch
Dimensions 2.75" H x 7.5" W x 9" D
(70 mm H x 191 mm W x 229 mm D)
Weight 3.7 lb
(1.7 kg)
Protection Watertight per IPX8
Controls Forward, reverse, oscillate, and blade window lock directional switches
Connection Equipped with 12' (3.6 m) cord
*Contractors providing equal products shall provide descriptive literature describing equal characteristics.
All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request.
The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements.
The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award.
All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote.
The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition.
Quotes shall be submitted via email to
[email protected]. All quotes and additional required documentation are to be received no later than 2:00 PM Eastern Standard Time on July 29, 2019.
Please refer to the attached document Solicitation Provisions and Contract Clauses RFQ # 36C24719Q0805 for a complete listing of solicitation provisions and contract clauses applicable to this solicitation.
Bid Protests Not Available