6515--Endoscope Reprocessors

Agency:
State: Indiana
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159949857560636
Posted Date: Jan 30, 2024
Due Date: Feb 13, 2024
Source: Members Only
Follow
6515--Endoscope Reprocessors
Active
Contract Opportunity
Notice ID
36C25024Q0258
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2024 04:53 pm EST
  • Original Date Offers Due: Feb 13, 2024 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 13, 2024
  • 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:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Indianapolis , IN 46202-2803
    USA
Description
Combined Synopsis-Solicitation for Commercial Items

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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.

This solicitation is set-aside for: Total SDVOSB Set Aside

The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250. The FSC/PSC is 6515.

The Roudebush VA Medical Center s Sterile Processing Service (SPS) needs to replace their Endoscope Reprocessors.

All interested companies shall provide quotations for the following:

Supplies/Services

Catalog No.
Description
Quantity
Unit of Measure
Unit Price
Total Price
ADV1007
Adv Su Rap Pa 110Vw/Air Contract
2
EA
ADV1008
Adv Su Pa 110V No Air
4
EA

Install New Equipment
6
EA

Deinstall Current Steris AER Equipment
6
EA

Disposal of Current Steris AER Equipment
personnel will determine the most efficient method of disposal including but not inclusive of pick up by Steris carrier or removal by local scrapping entity. If deinstallation is not permitted by Steris personnel Customer will decontaminate and move equipment to loading dock for pick up. Please note, disposal of Customer equipment implies customer relinquishes ownership rights of disposed equipment.
6
EA

Specific Tasks:

The contractor shall provide equipment with the above and below listed requirements:

Processing time: Compatible with flexible, Semi-Critical endoscopes (multiple vendors equipment)
Able to adequately reprocess
3 ft 10 Ft scopes
Ability to reprocess TEE probes, dilators, cystoscopes and semi-Critical rigid scopes
Support proper hookup connection
Monitor endoscope channels for blockage
High Level disinfectant delivery to all channels
Automated cleaning cycles
High Performance Cleaning Cycle
Leak Testing
Alcohol Flush
Ability to Network multiple systems together to streamline
communicate with the other applications (ie. when we scan items it will track the items in the process so we know where it is at all times)
Ability to Connect to offsite server for central data collection
for Troubleshooting / functionality support
remote diagnostics
High Level Disinfectant
Visual Display
Barcode Reader

Ideal Dimensions = ~59H X 45W X 39D
Room Dimensions:
Room 1: 15 X 12 to adequately accommodate 4 Medivators
Room 2: 15X10 to adequately accommodate 2 Medivators
rooms have additional equipment in them and space restrictions ((above described)) allotted for this specific equipment)
Weight:
Electrical Requirements
100-240 VAC
Single Phase
Electrical source: 110V outlet
50/60 HZ
1000 Watts

Water Supply
Minimum flow rate of 5L/min with a pressure of 2 to 6 bar
Drain 40L/min, less than 457mm from the floor, vented
Water Source: Copper Pipes and flexible tubing

Ventilation
Minimum of 10 room air exchanges per hour,

Process Capacity
2 reprocessing basins, 1 endoscope per basin

Quoters shall list any exception(s), clearly explain, provide documentation to exhibit why the offer should be considered, and rationale for the exception(s), if any.
Brand Name Or Equal (BNOE) offers:

BNOE offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed item.

Alternate submission:

Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested.

Equipment items, and related services will be delivered, as required, to:

Roudebush VA Medical Center
1481 West 10th St.,
Indianapolis, IN 46202-2803

Period of Performance

Delivery shall be provided no later than 30 days after receipt of order (ARO).

FOB: Destination

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 52.212-3, 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 Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION))

Certification

I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].

Printed Name of Signee:

Printed Title of Signee:

Signature:

Date:

Company Name and Address:

The following subparagraphs of FAR 52.212-5 are applicable:

52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).

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 (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government.

The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions.

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:"

If you have any questions, please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0258 Endoscope Reprocessors as the subject line. Please have all questions in no later than February 6, 2024, at 12:00 PM NOON Eastern Time. After that time, a list of all questions received will be disseminated to all interested parties with applicable responses.

This RFQ closes February 2, 2024, at 5:00 PM Eastern Time. When submitting your proposal please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0258 Endoscope Reprocessors as the subject line.

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

No phone calls please.
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
  • Jan 30, 2024 04:53 pm ESTCombined Synopsis/Solicitation (Original)

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 >