6515--Inspection Scope - Healthmark FIS-007 or equal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Kansas
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159652254501208
Posted Date: Aug 14, 2023
Due Date: Aug 24, 2023
Solicitation No: 36C25523Q0684
Source: Members Only
Follow
6515--Inspection Scope - Healthmark FIS-007 or equal
Active
Contract Opportunity
Notice ID
36C25523Q0684
Related Notice
36C25523Q0684
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 14, 2023 03:50 pm CDT
  • Original Date Offers Due: Aug 24, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Dwight D. Eisenhower VAMC and , KS
    USA
Description
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 RFQ 36C25523Q0684. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.

This solicitation is set-aside for Service-Disabled Veteran Owned Small Business

The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 1000 employees.
The FSC/PSC is 6650.

The Department of Veterans Affairs, NCO-15 is seeking to purchase boroscope/inspection scopes that comply with AAMI ST79 (2017) Amendment 2.

All interested companies shall provide quotations for the following:

Supplies/Services

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Healthmark USB Control Box Kit with 1.9mm Catheter (p/n FIS-007USK) or equal
2
Each
0002
Catheter 1.06mm Flexible Inspection Scope 110cm L (p/n CT-102) or equal
2
Each
0003
FIS-007 Storage and Protection Tray (p/n FIS-007SPT) or equal
2
Each

or equal products requirements:
Must comply with AAMI ST79 (2017) Amendment 2:
8.2 Inspection of Instruments
Each time a medical device is processed, it should be visually inspected for cleanliness and integrity.
Enhanced inspection with magnification, borescopes, or other inspection methods to verify cleanliness and integrity may be used.
Borescopes or other methods may be used to check internal channels of instrumentation for cleanliness and integrity unless otherwise recommended in the instrument manufacturer s written IFU and the borescope manufacturer s written IFU.
When recommended in the instrument manufacturer s written IFU, enhanced inspection should be used and the enhanced visualization tool manufacturer s written IFU should be followed.
Healthcare facilities should have a method of ensuring cleanliness and integrity of every instrument and medical device used in every procedure.
Must provide lighted magnification and be able to document photos and videos of lumens and crevices not visible to the unaided eye.
Must be able to inspect internal channels of 1.1mm in diameter and larger.
Must be easily cleanable between uses.
Must be compatible with Scope Viewer Software.
Must be compatible with Windows 10 or higher.
Delivery shall be provided no later than 30 days after receipt of purchase order. Delivery terms are FOB destination. If 30 days delivery cannot be met, vendors quote must specify the number of days needed for delivery. Each place of delivery below will receive 1 complete scope kit; or 1 of each item listed in the schedule.

Place of Performance/Place of Delivery
Eastern Kansas Health Care System Â
Dwight D. Eisenhower VAMC
ATTN: Opal Denett Costin
4101 S. 4th St. Â
Leavenworth, KS 66048Â

and

Colmery O Neil VAMCÂ
ATTN: Carla Forbes
2200 SW Gage BoulevardÂ
Topeka, KS 66222Â

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 Products and Commercial Services
FAR 52.212-2, Evaluation Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

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 Products and Commercial Services. 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 Products and Commercial Services (Dec 2022)

Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services

52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:
(End of Addendum to 52.212-4)

52.204-13 System For Award Management Maintenance (OCT 2018)
52.211-6 Brand Name Or Equal (AUG 1999)
852.203 70, Commercial Advertising
VAAR 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2019) (Deviation)
852.232 72, Electronic Submission of Payment Requests
852.270 1, Representatives of Contracting Officers
VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (June 2023)

The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).
(6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)
52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023)
52.222-3, Convict Labor (JUN 2003)
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 (NOV 2021)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-1, Buy American--Supplies (OCT 2022)
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
52.232-33 Payment By Electronic Funds Transfer System For Award MANAGEMENT (OCT 2018)

GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted
electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.

Department of Veterans Affairs
Financial Services Center
http://www.fsc.va.gov/einvoice.asp

FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF
SUBMISSION FOR PAYMENT REQUESTS.

For assistance setting up e-lnvoice, the below information is provided:
* Tungsten e-invoice set up information: 1-877-489-6135
* Tungsten e-invoice email: VA.Registration@tungsten-network.com
* FSC e-lnvoice Contact Information: 1-877-353-9791
* FSC e-invoice email: vafsccshd@va.gov

The FSC requires the following information to be included on invoices received for payment:

Vendor Name
Remittance address (where the payment is to be issued)
Complete Funding Purchase Order (for example 589C3XXXX)
Itemized description of goods or services, quantity and unit price
Total dollar amount of invoice
Discount or Net terms

CONTRACT ADMINISTRATION:
The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof.

All interested vendors shall submit the following:
A quote for the items requested that includes delivery addresses for each location
or equal items must convincingly demonstrate the ability to meet minimum requirements
Warranty information. May be include on quote or manufacturer product cut-sheet
Authorized distributor letter for the item being proposed.
All quotes shall be sent to the Contract Specialist at robert.bleichner@va.gov

Addendum to FAR 52.212-2, Evaluation Commercial Products and Commercial Services
Basis for Award: The Government will issue a purchase order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be based upon a comparative evaluation of quotes outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

The following are the decision factors the Contracting Officer will decide in making an award:
Price (quotes shall hold the prices firm, at minimum through 1 Oct 2023)
Technical (or equal items must convincingly demonstrate the ability to meet minimum requirements)
Manufacture Warranty
Authorized Distributor letter
Quotes shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 10:00am CST on 24 Aug 2023 at robert.bleichner@va.gov. Hand delivered quotes will not be accepted.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

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: Robert Bleichner, robert.bleichner@va.gov; 913-758-9920
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25523Q0684_2.docx (opens in new window)
23 KB
Public
Aug 14, 2023
file uploads

Links
Display Name Updated Date
VA Heartland Network - VISN 15 (opens in new window) Aug 14, 2023
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Jul 30, 2023[Sources Sought (Original)] 6515--Healthmark Flexible Inspection Scope (or equal)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >