Federal Bid

Last Updated on 13 Nov 2016 at 9 AM
Combined Synopsis/Solicitation
Des moines Iowa

65--Valleylab FT10 Energy Platform

Solicitation ID VA26316Q0881
Posted Date 26 Aug 2016 at 6 PM
Archive Date 13 Nov 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs Medical Center
Agency Department Of Veterans Affairs
Location Des moines Iowa United states
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The proposed contract action is for three (3) Valleylab FT10Energy Platform and ancillary equipment (or equal) for the Department of Veterans Affairs, VA Central Iowa Health Care System, 3600 30th Street, Des Moines, IA 50310. (ii) The solicitation number is VA263-16-Q-0881 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-89, August 15, 2016. 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) and http://www.va.gov/oal/library/vaar/ (VAAR) (iv) This solicitation is issued as unrestricted. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 1000 employees. (v) This requirement consists of six (6) Brand Name or Equal line items,: CLIN (1) Valleylab FT10 - Energy Platform Quantity: 3 EA Manufacturer: Medtronic-Covidien P/N: VLFT10GEN Salient Characteristics: Reads tissue: 434,000 times per second; Software Upgradeable Ethernet connection (has WiFi capabilities that are not yet enabled); Bipolar Cable Compensation Reads cable length and width for consistent electrosurgical output; Single, simplified touch screen; Dimensions: Weight (kg): 10.1, Width (cm): 36.8, Height (cm): 17.8, Depth (cm): 46.2; Performance: Lower max jaw temperature; Faster sealing times (1-4 seconds), Automatic power settings require minimal setup and minimize need for further handling during surgery, Simple, intuitive controls and information displays. CLIN (2) Valleylab FT10 - Cart Quantity: 3 EA Manufacturer: Medtronic-Covidien P/N: VLFTCRT Note: Or cart compatible with system offered CLIN (3) Monopolar Footswitch Quantity: 3 EA Manufacturer: Medtronic-Covidien P/N: E6008 Note: Or switch compatible with system offered CLIN (4) Bipolar Footswitch Quantity: 3 EA Manufacturer: Medtronic-Covidien P/N: E6009 Note: Or footswitch compatible with system offered CLIN (5) Monopolar Adapter Quantity: 3 EA Manufacturer: Medtronic-Covidien P/N: E05021 Note: Or adaptor compatible with system offered CLIN (6) Bipolar Adapter Quantity: 3 EA Manufacturer: Medtronic-Covidien P/N: FT0501 Note: Or adaptor compatible with system offered CLIN (7) Trade-In Allowance for Forcetriad Energy Platform Quantity: 1 EA Manufacturer: Medtronic-Covidien Trade in Equipment: Model: ForceTriad; Manufacture Date 06-2012; S/N T2F29816 EX. Platform includes one each of the following: cart, monopolar footpedal, bipolar footpedal, monopolar adaptor. General Salient Characteristics: Must operate in monopolar, bipolar, and ligasure modes; Must be compatible with Medline bipolar cord product number DYNJ01207 or equivalent; Must be compatible with Medline monopolar handpiece product number ESRK3002 or equivalent; Must be compatible with ligasure handpieces product numbers LF1637, LF4318, LF1212A, LS2111 or equivalents (vi) This is a Brand Name or Equal solicitation for all CLINS (refer to VAAR Clause 852.211-73 and FAR Provision 52.211-6) Contractor to provide Brand Name or Equal Items that at a minimum a must address the salient characteristics as described within paragraph V of this synopsis. If an "equal" product is offered, PER far 52.214-1 "Descriptive Literature," provide the equal item nomenclature, manufacturer, and manufacturer part number. Offeror must include technical specification sheets with picture/drawing of any "equal" product offered (vii) Delivery FOB Destination to VA Central Iowa Health Care System, 3600 30th Street, Des Moines, IA 50310 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR clauses 52.203-98, 52.209-5, 52.211-6, 52.225-18 (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. The Government will award a firm fixed price 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 on a lowest price technically acceptable basis. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (r) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR clauses: 52.203-99, 52.204-18, 52.232-40, VAAR Clauses: 852.203-70, 852.211-73 (CLINS 1-6), 852.232-72, 852.246-70 (Guarantee -2years), 852.246-71 (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, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-34 (xiii) 2 year warranty on all items offered. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE September 1, 2016, by 3:30 p.m. CT. Submit e-mail quotations to [email protected] or FAX 612-333-3667 Attention: Ken Eshom (reference RFQ VA263-16-Q-0881 Valley Lab FT10. Hand Cary or Mail to: Ken Eshom. NCO 23, 708 South Third St, Ste 200E, Minneapolis, MN 55414, (xvi) Point of contact for this solicitation is Ken Eshom, 612-344-2191 or e-mail [email protected]. All Inquires must be in writing.
Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Jul 2017 at 11 AM
Providence Rhode island 24 Jul 2018 at 3 PM
San antonio Texas 05 Mar 2025 at 6 PM
Palo alto California 01 Aug 2017 at 12 PM
Richmond Virginia 20 Mar 2018 at 2 PM

Similar Opportunities

San joaquin California 07 Jul 2025 at 4 AM
San diego California 27 Jul 2025 at 4 AM (estimated)
Washington 25 Jul 2025 at 4 AM
New mexico 13 Sep 2026 at 4 AM (estimated)