6515--Equipment, Endoscope Re-Processor, NIHCS

Agency:
State: Indiana
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159794377240625
Posted Date: Feb 8, 2024
Due Date: Dec 22, 2023
Source: Members Only
Follow
6515--Equipment, Endoscope Re-Processor, NIHCS
Active
Contract Opportunity
Notice ID
36C25024Q0173
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 07, 2024 09:13 pm EST
  • Original Published Date: Dec 12, 2023 07:48 am EST
  • Updated Date Offers Due: Dec 22, 2023 12:00 pm EST
  • Original Date Offers Due: Dec 22, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 07, 2024
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Veteran Affairs, Northern Indiana Fort Wayne , IN 46805-5100
    USA
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 Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2023-02 (February 14, 2023).
This solicitation is for a firm fixed price: Open market brand name or equal.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000. The FSC/PSC is 6515.
The Northern Indiana Veteran Affairs Medical Center, 2121 Lake Ave., Fort Wayne, IN 46805-5100 is seeking to purchase two endoscope reprocessor machines, to include installation and a service agreement. This solicitation also includes the deinstallation of the two current Medivators Advantage Plus endoscope reprocessing machines and their proper disposal.
All interested companies shall provide quotations for the following list of items: (Note: freight not to exceed $250 for the entire order. If needed, include any additional cost of freight with your pricing.)
Item #
Manufacturer/Description/Part/
QTY
Price
Â
Model Number

Â
ADV1007
Advantage Plus, Single Use Rapicide PA, 110 Volt, Air Compressor
2
Â
CGS10132
Service Agreement
2
Â
INS1004
Installation Agreement
2
Â
Deinstall
Medivators Advantage Plus Endoscope Reprocessors
2
Â
Disposal
Medivators Advantage Plus Endoscope Reprocessors
2
Â
Freight
Cost is included in each quote
Â
Â

Statement of Work

The VA facility is requesting two FDA approved endoscope reprocessors that are high-quality, high-level disinfection systems that are fully automated, and computer based. Each endoscope reprocessor machine must be able to run two scopes independently of each other in two separate compartments, with two separate sets of data for each scope s cycle.

Resultant contract must include installation and training of VA staff, immediately following installation.

Contractor is required to decommission and remove the current two devices ( old devices ) prior to installation of the two new devices. Contractor is required to decontaminate old devices and dispose of old devices in accordance with all Federal, state, and local environmental laws.
The endoscope reprocessors should have an average reprocessing time of approximately 35 minutes which is inclusive of leak testing, washing, disinfecting, rinsing and final alcohol and air purge.
A. Water Supply and Drain Requirements

Installation must not require any additional plumbing, any additional mechanical hook ups, any additional electrical work, or renovations of VA property. Contractor must have capability to utilize existing property, plumbing, hookups and electrical for the new devices. (please reference photo below)
Machines should be able to accommodate a water supply between 90 to 50 degrees Fahrenheit
Machines should be able to accommodate a water pressure no less than 30 PSI and no more than 90 PSI
Machines should be able to have a water flow rate no higher than 1.5 gallons per minute (GPM) for both hot and cold water
Machines should be able to accommodate a mixing valve 3 feet from the device
Machines should have a pre-filter system to allow pure water to reach the instruments being disinfected in the device
Machines should be able to accommodate a water hardness between 100-150 ppm
Machines should have a vented drain system capable of draining no more than 4 GPM
Machines should have a drain line that can reach up to 3 feet long

B. Ventilation

Machines should be able to be used in a room with at least 10 air exchanges per hour

C. Electrical Requirements

Machines should be able to withstand power consumptions of less than 1500 watts.
Machines should be able to withstand heat loads of less than 2500 BTU per hour
Machines should operate uninterrupted with power losses up to 0.5 seconds and have system alarms

D. Unit Dimensions

Weigh around 500 pounds per unit
Height of less than 80 inches per unit
Width of less than 70 inches per unit
Depth of no more than 50 inches per unit


E. Information Technology

The endoscope reprocessor must have a windows based software program that continuously monitors all parameters, system sensors and verification testing including but not limited to: control of machine draining, control of the pre-rinse and final rinse requirements and execution of the proper self-disinfection cycle, compromised endoscope sheath (leak detection), disconnected or improperly connected channels, channel blockage, reservoir temperatures, open chamber, deviation from maximum/minimum cycle step times, electrical power supply at incorrect cycle phase, disinfection contact times, inadequate and unsatisfactory completion of self-disinfection phase.
Results must be recorded in the data management storage system for patient safety and quality assurance reporting.
Be equipped with a PC-based computer running Windows 10
Include a computer with at least 1 processor such as Intel i3-4330 CPU @ 3.5 GHz
Should have a local storage capacity greater than 100 GB
Should be able to be used without an internet connection.
Should be a device that utilizes wireless communication
Should have a storage capacity that lasts longer than 7 years
Be able to store information such as users and endoscopes
Be able to have security patches installed on the computer, if necessary
Include anti-virus software and be HIPPA compliant
To allow for remote diagnostics from an internet connection, if required

F. Training

G. Warranty
Delivery: Delivery shall be provided FOB Destination within 90 days after receipt of order (ARO).

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 (SEPT 2023)
FAR 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2023)
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.
www.sam.gov registration is required to be complete at time of submission of quote.
FAR 52.204-7 System for Award Management (OCT 2018)

FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023)
Addendum to FAR 52.212-4
FAR 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)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018)
VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023)
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71 Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71 Rejected Goods (OCT 2018)
End of addendum to 52.212-4
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (NOV 2023)
FAR 52.211-6 Brand Name of Equal (AUG 1999)
VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
VAAR 852.272-70 Late Offers (NOV 2021)
All quotes shall be sent to the Contracting Specialist, Alice Clark at alice.clark@va.gov
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.
The award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions.
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 12:00 PM EST ON DECEMBER 22, 2023.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail by 12 PM EST on December 19, 2023, to the Point of Contact for this solicitation; Alice Clark, Contracting Specialist, NCO10 Contracting, alice.clark@va.gov. No phone called will be accepted during this solicitation.

Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >