The RFP Database
New business relationships start here

ACT: CW EQ70-Electrosurgical Ligasure Units FY17 - CO: Rob Blasko


Ohio, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 3 of 3
INTRODUCTION
The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting quotations and subsequently awarding a Firm-Fixed-Price contract for various cleaning and recycling equipment products for the Eastern Colorado Health Care System. Acquisition of these items is part of the initial outfitting and activation of the new VA Medical Center being constructed in Aurora, CO.

DESCRIPTION
A contract is needed for the Eastern Colorado Health Care System for seven (7) Dual output Ligasure Electrosurgical units AND a One for One trade-in credit against new purchase of seven (7) Valleylab ForceTriads. The contractor shall deliver all items. All items must meet all salient characteristics and the contractor shall furnish all personnel, supplies, and equipment required for delivery.

SALIENT CHARACTERISTICS

Electrosurgical Unit, Dual Output, Ligasure (JSN M3175)
Quantity: 7
Basis of Design: Covidien/Valleylab Model Valley Lab FT 10 or equal
Specifications/Salient Characteristics:
Shall provide RF energy for monopolar and bipolar surgical applications, tissue-fusion, and vessel-sealing applications.
Shall feature an approximately 7 LCD touchscreen.
Shall include safety and diagnostic functionality including automatic fail-safe functions.
Shall be used in general surgery, as well as, surgical specialties as Urology, Vascular, Thoracic, Plastic, Gynecologic, Reconstructive, and Colorectal surgery.
Shall seal vessels up to and including 7mm, tissue bundles, and lymphatics.
Shall be capable of endoscopically controlled removal or coagulation of tissues using 0.9% NaCL solution as the irrigation medium.
Technical Requirements:
Shall read tissue at no less than 434,000 times per second
Shall read cable length and width for consistent electrosurgical output
Shall have sealing times between 1 to 4 seconds
Shall have automatic power setting.
Shall control power precisely while dissecting through various tissue types.
Shall have high-speed, closed loop control continuously monitoring the electrical properties of the tissue and utilizing vessel sealing algorithm.
Shall have isolated output configurations
Cooling shall be done through natural convection and fan.
LED illuminated connector reads on the bipolar receptacle
Approximate Dimensions (To within one inch):
7.0 H x 14.5 W x 18.2 L
Power Requirements
100 - 127 VAC / 47 - 63 Hz
Accessories/Configuration Options:
Monopolar footswitch
Bipolar footswitch
Monopolar adapter
Bipolar adapter.
Trade-In:
One for One trade-in for credit against new purchase. Quantity 7 Valleylab ForceTriads, Serial numbers as follows:
T7I4046E, T0I18216E, T7I4021E, T0I18215E, T0I18220E, T0I18213E, T0I18208E

Operation and Maintenance Manuals
Binders - Quantity (2) each for items identified above.
Digital Copies - Quantity (1) each for items identified above.
Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On Site Point of Contact upon completion of delivery.

DELIVERY
Delivery Timeframe: Not early than 8/1/17 and not later than 10/1/17.
Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.1.7 Coordination).
The Contractor shall contact the Onsite POC to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor.
Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number.
Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045.

Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number.

INSPECTION AND ACCEPTANCE
The Contractor shall conduct a joint inspection with the Onsite POC upon completion of delivery.
In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of delivery. The Contractor shall conduct a joint inspection with the Onsite POC after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer.

WARRANTY
The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair.

ADMINISTRATIVE
The solicitation will be issued as a Request for Quote (RFQ) conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business set-aside. The applicable NAICS code is 339112 with a size standard of 1,000 Employees. The solicitation will be issued on or about June 21, 2017 for approximately seven (7) calendar days. Offerors will be required to submit their quotes electronically via email.

This notice is not a request for competitive offers. Questions of a technical nature will not be answered as part of this notice; however, all general questions may be submitted in writing to the issuing office via email at ronald.shelko@va.gov. Telephone calls will not be accepted. The VA reserves the right to use only Federal Business Opportunities (FBO), via the internet, to provide notification of any amendments to this notice and the subsequent issuance of the solicitation. It is the contractor s responsibility to view FBO daily for any amendments to this notice and the subsequent issuance of the solicitation.

Ron Shelko
ronald.shelko@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP