General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24721Q0525
Posted Date:
May 05, 2021
Current Response Date:
May 21, 2021 at 3:00 p.m. (EST)
Product or Service Code:
6515 | Medical and Surgical Instruments, Equipment and Supplies
Set Aside (SDVOSB/VOSB):
SDVOSB Authorized Vendors
NAICS Code:
339112 | Surgical and Medical Instrument Manufacturing
Contracting Office Address
VISN 07
Network Contracting Office 7
325 Folly Rd
Charleston SC 29412
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as a BRAND NAME ONLY RFQ. Please see attached approved Brand Name Only justification. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03 effective Feb 16, 2021.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112- Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees.
The FSC/PSC is 6515- Medical and Surgical Instruments, Equipment and Supplies.
The Ralph H. Johnson VA Medical Center is seeking to purchase Fabius Tiro Anesthesia Machines
All interested companies shall provide quotations for the following:
Item Number
Description
Quantity
LOCAL STOCK NUMBER
Unit Price
0001
Fabius Tiro **Specif.national properties** Target country USA 120 V Power cable, 5 m
1
8606000
0002
Trolley mount version USA
1
OPC5386
0003
Vaporizer plug-in sys., single
1
OPC5199
0004
Pin Index cylinder sup. O2/N2O
1
OPC5198
0005
2nd RS232 port - COM2
1
OPC5236
0006
*** Ventilator & Display *** Software options in package PCV + PS + SIMV/PS
1
OPC5328
0007
Color screen
1
OPC5448
0008
Cosy 2.6 with heating
1
OPC5359
0009
COSY arm, length 200 mm, left
1
OPC5377
0010
Moisture reduction kit, left
1
OPC5220
0011
Flexible breathing bag arm
1
8605088
0012
Mech. airway pressure gauge
1
OPC5560
0013
Kit pressure port guards
1
8608016
0014
Spirolog, 5 pcs., CLIC Absorber adapter
1
MX50090
0015
AGSS
1
M33300
0016
AGS transfer hose, 1 m
1
M33295
0017
AGS rail clamp for GCX
1
4117515
0018
*** Endotracheal suction *** Kit vacuum suction, USA
1
4118454
0019
*** O2 therapy *** Auxiliary O2 flowmeter, US
1
OPC5020
0020
*** Hardware components *** Halogen light UL
1
8604122
0021
Halogen light holder
1
8607019
0022
Kit - Flip Up Tray
1
4118306
0023
Set of 2 handles, rail-mounted
1
8607596
0024
Park holder Draeger, 2 vap.
1
4115837
0025
Storage basket
1
8606438
0026
*** Monitoring *** w/ prep. for pat. monitoring Scio integr. w/o Monitor Cable holder
1
2606460
0027
** result workstation setup ** * w/o Monitor + Scio int. Data cable 2 m, SUB-D9 F/M
1
8601473
0028
Sample gas return line
1
M32692
0029
*** Device version *** Scio Four Oxi plus
1
OPC5318
0030
Sample gas scaveng., hose 2 m
1
OPC5360
0031
*** Patient Monitoring *** Scio Integration Tiro
1
2603900
0032
Scio-Kappa cable, 1.8m
1
6871581
0033
Kit power outlet strip
1
8607840
0034
*** Equipment selection *** For Fabius Tiro With conversion kit - GCX rail
1
8606259
0035
Power strip JP/USA/CAN
1
G92558
0036
Hose Asm PEEP-Pmax-APL Byp LH
1
8607055
0037
CASTrGARD, small (Set of 4)
1
M36049
0038
Perseus A500
8
MK06000
0039
*** Main configuration *** Basic unit trolley based
8
MK08190
0040
Me.3-gas mixer, Adv.Cyl.Supp.
8
OPC5863
0041
Opt.Vapor Communication(2vaps)
8
OPC5760
0042
Quick Reference Guide
8
9055395
0043
*** gas supply *** For hanging gas cylinder Cylinder holder PinIndex
8
MK09838
0044
Pressure reducer O2, Pin Index
8
MK10222
0045
Pressure reducer AIR,Pin Index
8
MK10224
0046
Pressure reducer N2O,Pin Index
8
MK10223
0047
* Vent. & Monitoring options * SW option APRV
8
MK08311
0048
SW option Pressure Support
8
MK08317
0049
SW option Breathing Sound Em.
8
MK08316
0050
Flexible breathing bag arm
8
8605088
0051
*** Required accessories *** Inf. ID Flow Sensor, 5 pcs. Adapter for CLIC absorber Control valve NPT
8
8605566
0052
*** Endotracheal suction *** Endotrach. suction DISS, VAC
8
MP00686
0053
Mounting kit VAC suction
8
MK08653
0054
Suction acc.(hoop, tip holder)
8
MK10069
0055
*** Hardware components *** Anesthesia workstation light
8
OPC5769
0056
Pressure gauge
8
MK09494
0057
Drawer module large
8
MK09854
0058
Box with writing tray
8
MK08487
0059
***Power socket strip PSS30*** Core unit JP/USA/CAN
8
OPC5888
0060
Power outlet screen
8
OPC5889
0061
Mounting Rod
8
OPC5890
0062
*** Patient Monitoring *** preparation w/ P2500 comprised: - power supply - Docking station M500 for Patient Monitor M540 - 2x System cable to connect Docking station M500 and Cockpit C500 orC700 with the power supply
8
OPC5648
0063
Mounting kit XL P2500
8
MK09585
0064
Swivel arm 400x400mm, M500
8
MK08599
0065
M500 accessories hook, 2 pcs.
8
OPC5649
0066
Swivel arm left, 300mm, VESA
8
G27411
0067
Recorder R50N with holder
8
MK08521
0068
Patch cable
8
MS32946
0069
Seminar Perseus A500
1
MQ09298
0070
POWER CORD, N.AMERICA, 5-15A
8
4321720
0071
Infinity ID WaterLock2
12
6872020
0072
Infinity ID Flow Sensor (5x)
1
6871980
0073
Infinity ID CLIC absorber Free
6
MX50120
0074
Hose ASM-02 DISS HAND 15L
9
4199591
0075
Hose ASM-N2O DISS HAND 15L
9
4199595
0076
Hose ASM-AIR DISS HAND 15L
9
4199593
0077
Hose ASM-VAC DISS HAND 15L
9
4199589
0078
Hose ASM-WAGD HAND DISS N 15L
9
MP20030
0079
Vapor 3000
8
M36500
0080
*** Selection of Vapor 3000*** * Isoflurane * Vapor 3000 Isoflurane
8
OPC5996
0081
Vapor 3000
8
M36500
0082
*** Selection of Vapor 3000*** * Sevoflurane * Vapor 3000 Sevoflurane
8
OPC5639
0083
Infinity Omega Monitor
16
MS25200
0084
** Omega Solution ** Infinity DeltaXL + C700 + IE
16
OP90112
0085
** Infinity Docking Station ** IDS with MIB & Power
16
OP90100
0086
** Hardware Options ** With Keyboard / Mouse Rotary knob
16
MK31400
0087
Backup battery kit
16
MK31426
0088
Network cable (crossover), 2 m
16
5730176
0089
MIB CBL JULIAN/APOLLO/CICERO C
2
5736348
0090
MULTIMED PLUS OR
16
MS20094
0091
Multimed Pod Mount
16
MP00721
0092
MULTIMED PLUG CAP KIT, 10PCS
16
MS26099
0093
ECG EXTENSION SINGLE-PIN, 2M
16
MS16256
0094
HOLDER FOR SPO2 POD MASIMO X8
16
MS17084
0095
NBP extension hose, adult 3,7m
16
MP00953
0096
INFINITY MPOD-QUAD HEMO
8
MS20725
0097
POD COMMUNICATION CABLE 5M
8
5195198
0098
TRANSDUCER CABLE ABBOTT /MEDEX
32
MS22535
0099
PIVOT ARM 8" W/ WALL CHAN
8
MS32858
0100
SHP ACC CABLE Y X8-X8
16
MS24539
0101
CABLE SCIO/IDS 1.5M
5
MS13865
0102
Fabius MRI
1
8607300
0103
*** Main configuration *** Fabius MRI, US
1
OPC5431
0104
*** Connections *** Central gas supply hoses Conversion kit RS232-LWL
1
8608376
0105
*** Ventilator & Display *** Arm COSY, 8", w/ press. indic.
1
8607385
0106
Breathing bag arm, fixed
1
2607098
0107
Moisture reduction kit,left
1
OPC5220
0108
Moisture reduction kit, right
1
OPC5221
0109
With Breathing hose E 110cm
1
2166038
0110
With Breathing hose E 150cm
1
2166046
0111
*** Required accessories *** Sensor SpiroLife, 1 pcs. CLIC adapter
1
MX50090
0112
AGSS
1
M33300
0113
Transfer hose AGS-COSY, 1.5 m
1
M33296
0114
Holder for AGS
1
4117515
0115
COSY adapter for AGS
1
M29430
0116
*** Endotracheal suction *** Vacuum suction DISS
1
MK03140
0117
Rail mount ejector/VAC suction
1
4118555
0118
Kit GCX holder f. suction unit
1
8608100
0119
Set of handles, 2 pcs.
1
8607596
0120
Sample gas return set
1
M32692
0121
Adapter O2 DISS - Ohmeda
1
4119073
0122
Adapter N2O DISS - Ohmeda
1
4119070
0123
Adapter AIR DISS - Ohmeda
1
4119071
0124
Adapter VAC DISS - Ohmeda
1
4119072
0125
Adapter EVAC DISS - Ohmeda Length of CS hoses 20ft
1
4119074
0126
O2 CS hose 20ft DISSN / DISSN
1
4199714
0127
N2O CS hose 20ft DISSN / DISSN
1
4199713
0128
AIR CS hose 20ft DISSN / DISSN
1
4199712
0129
VAC CS hose 20ft DISSN / DISSN
1
4199600
0130
EVAC CS hose DISSN/DISSN 20ft
1
4199597
0131
CLIC absorber 800+
6
MX00004
0132
Vapor 2000
2
M35054
0133
*** Selection of Vapor *** Isoflurane
2
OPC0095
0134
Plug-in adapter Auto Exclusion
2
OPC5417
0135
*** Accessories for Vapor *** Filling adapt.Draeger Fill Iso.
2
M36110
0136
Vapor 2000
2
M35054
0137
*** Selection of Vapor *** Sevoflurane
2
OPC0096
0138
Plug-in adapter Auto Exclusion
2
OPC5417
0139
*** Accessories for Vapor *** Filling adapt. Draeger Fill Sev.
2
M36120
0140
Innovian Anesthesia SW Opts **Specif.national properties** Target country USA ** System ** Clinical System Report Viewer Installed
1
MS26600
0141
** Device Interface Options** Clinical Draeger Medibus I/F
10
MS16612
0142
ClinDragerDelta/Gamma/KappaIF
9
MS16614
0143
Medibus.X 2m accessory kit
8
MK09269
0144
SHP ACC CBL DRAEGER GAM/DEL X3
16
MS16596
0145
SHP ACC CBL DRAEGER MEDIBUS IF
1
MS16598
0146
IDS/CPS Cable, 25m
1
5194910
0147
SURGICALDISPLAYCONTROLLER (SDC)
1
MS31838
0148
Implementation Services
1
MQ00134
0149
3rd Party Hardware Mounts for Innovian for 8 Perseus, 4 existing Tiros and 1 new Tiro plus 2 monitor mounts for in workroom. ANESTHESIA MOUNTING ACCESSORY KIT 14 @ $2,000 EACH
1
MQ00921
0150
3rd Party Hardware Mounting for on 1 new and 4 Existing Tiros 5 / WS-0012-10C, 5 / WMM-0002-01C, 5 / WS-0012-10C, 5 /SI-0048-80, 5 / WM-0023-53, 5 / WM-0024-03C, 5 / SI-0032-10D, 5 / DR-0026-99, 5 / TPL-0001-01 GCX-0001-17 IMPORTANT: ADDITION OF DEVICES/HARDWARE TO THE ANESTHESIA MACHINE MAY ADVERSELY AFFECT STABILITY. IT IS THE RESPONSIBILITY OF THE HEALTHCARE INSTITUTION TO ENSURE THE ULTIMATE CONFIGURATION IS SAFE. GCX-0001-20 CAUTION: TO MINIMIZE TIP HAZARD DURING TRANSPORT OF THE ANESTHESIA MACHINE, ALL MOUNTING HARDWARE SHOULD BE POSITIONED AS CLOSE TO THE MACHINE AS POSSIBLE, PREFERABLY WITHIN THE FOOTPRINT/WHEELBASE-ALSO, REFER TO THE MANUFACTURER'S INSTRUCTIONS
1
MQ00921
0151
3rd Party Hardware GCX dual mount mobile cart
1
MQ00921
0152
3rd Party Hardware Top plate for 8 Perseus 8 / DR-0050-01
1
MQ00921
0153
Trade In Apollo w/monitor
7
0154
CIS Support 7AM to 3:30PM 8 hr shift
5
MQ90459
0155
Clinical Applicat.SuppAnesthesia.8hsegm.
5
1979570
0156
Freight Surcharge
1
1940228
Total Contract Price:
Delivery shall be provided beginning 6 weeks after receipt of order (ARO) and will be FOB Destination.
Place of Performance/Place of Delivery
Charleston VA Medical Center
Ralph H. Johnson VA Medical Center
Address:
109 Bee Street
Charleston, SC 29401
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2021)
The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50 Combating Trafficking in Persons (OCT 2020)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (JAN 2021)
Alternate I (JAN 2021)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018]
All offerors shall submit the following:
Offer (pricing) for All Items Listed
Letter explaining authorization from Draeger to distribute items required in CLIN schedule
Include statement below in message, highlighted/circled in this form, etc.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
All quotes shall be sent to the Thomas Nicholls via email at
[email protected].
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
BASIS FOR AWARD:
Award will be based on a comparative analysis of all offers received.
The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the price of offerors quote following an evaluation of technical acceptability of products proposed or any equivalent.
Once the Government determines there is/are a contractor(s) that can provide equipment that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS
North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation.
Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show-
The solicitation number;
The time specified in the solicitation for receipt of quotations;
The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
Terms of any express warranty;
Price and any discount terms;
Remit to address, if different than mailing address;
A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically);
Acknowledgment of Solicitation Amendments;
Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.
Late submissions
Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.
Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15.
Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978
If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
ASSIST (https://assist.dla.mil/online/start/).
Quick Search (http://quicksearch.dla.mil/).
ASSISTdocs.com (http://assistdocs.com).
Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.
[Reserved].
Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.
Submission of your response shall be received not later than May 21st, 2021 @ 3:00 P.M. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contract Specialist listed below no later than the date and time listed. Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24921Q0525 Fabius Tiro Anesthesia requirement.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Questions must be submitted NO LATER THAN May 13th, 2021 @ 8:00 A.M. EST. Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist,
[email protected]. No phone call shall be accepted.
Bid Protests Not Available