The RFP Database
New business relationships start here

Anesthesia System


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

Request for Quote (RFQ) #: 36C25919Q0613 | VA Medical Center in Grand Junction

This is a request for quote for Anesthesia System. This attachment constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.

* The deadline for all questions is Friday, 2:00 PM MST, September 13th, 2019
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.

** Quotes are to be provided no later than Tuesday, 7:00 AM MST, September 17th, 2019.

Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB per email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0613. The Government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018.

The North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for Service Disabled Veteran owned businesses (SDVOSB)

List of Line Items:

ITEM #
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
0001
Anesthesia Delivery
6
ea
________
_________
1002
Anesthesia Monitoring
6
ea
________
_________






1003
Maintenance & Warranty
1
pg
________
_________






1004
System Administration Training
1
pg
________
_________










GRAND TOTAL:
___________________






Description of Requirements for the items to be acquired (salient characteristics):

This RFQ is for anesthesia delivery and monitoring system, including maintenance, warranty, and training.
Description of Requirement:
The equipment and supplies to be provided are anesthesia integrated workstations consisting of an anesthesia delivery system and anesthesia monitoring system as outlined in (v) above and in accordance with this paragraph (vi). They will replace old, individual anesthesia machines and monitors that are on the capital replacement schedule. The equipment will be installed an ARK.
Salient Characteristics
Anesthesia Delivery:
Anesthesia Machine
Compact breathing system
Time-based fully automatic start up and test functionality
Battery for up to 90 minutes back-up power
LCD status display for gas and power supplies as well as airway pressure
Basic unit equipped with 4 integrated isolated power outlets and an additional power outlet strip, isolation transformer, main switch for all outlets, circuit breakers for each power outlet.
Digitally controlled vaporizer, ventilator and gas delivery
Cylinder holders & pressure regulators, gas hoses & adapters, PAW gauge, auxiliary O2 flowmeter, bag arm, writing tray, three storage drawers with one lockable.
Integrated dimmable illumination of working and documentation surfaces
Compact breathing system, tool free exchangeability enables delivery of low to minimum fresh gas flows. The small volume breathing system makes fast agent concentration changes possible. It is easily autoclavable.
SW option Pressure Support with trigger sensitivity set according to the patient s needs; Manual/Spontaneous ventilation
Cable management arm for electronic record keeper
Adjustable suction system arm for patient suction
A digital pressure gauge for airway pressure as well as a mechanical indicator of total fresh gas flow
An APL (airway pressure limitation) valve which is easily accessible to the user
An electronically controlled, electrically driven ventilator
Monitor and ventilator controls mounted on adjustable arm
Capable of returning gas sampled for analysis back to the breathing system for use in ventilation
Machines compatible with electronic anesthesia record system
Trolley mount anesthesia machine
Digital and mechanical fresh-gas delivery with electronic measurement and display
Guarantees a minimum O2 concentration of 21% in the fresh-gas flow
Manual ventilation during power-off, standby and start-up
Pressure gauges for central gas supply
3 gas version, 3 gas inlet, ventilator and trolley
Adjustable settings for Inspiratory pressure, respiratory rate, PEEP, TI:TE, inspiratory flow, alarm limits
Wheeled machine with caster guards
Is not reliant upon electrical power (Since anesthesia machines are life critical systems, to meet the patient safety requirements of our facility, the systems must not be reliant upon electrical power for: fresh gas flow for continued delivering of care vaporization and anesthetic agent delivery and hypoxic guard to be operational. In the event of total power failure, patient fresh gas flow must be maintained, and anesthetic agents continue to be delivered, thereby maintaining the safety of the patient for the remainder of the surgical procedure.)
One digital desflurane and two sevoflurane vaporizers per machine
Export Protocol Cable for data output to record keeper
The lung recruitment procedure display shall include trending for up to nine parameters directly from the ventilator/anesthesia device. The lung recruitment procedure display shall include cardio-physiological parameters of the monitor in breath-to-breath resolution and provide cursors for assessing the response to therapy
Nelcor pulse oximeter cables and Argon transducer cables
Gas Analyzer:
Color touchscreen display, for fresh gas efficiency, three waveforms, parameters and mini trends simultaneously
Integrated gas analyzer; inspiratory and expiratory gas mixture; automatic identification of two simultaneous anesthetic agents; age-corrected MAC value- consumption-free oxygen monitoring; measurement of gas consumption
Modular gas sampling unit
Anesthesia Monitoring:
Monitor Display
Multicolor modular monitor, 15 inches or more, touch screen
The monitoring solution shall support interfaces to a minimum of three different external devices at one time
Maintenance and Warranty:
The contractor shall provide a minimum warranty of a year or better for parts and labor for all equipment and accessories. This warranty shall cover the entirety of the Anesthesia System.
The contractor shall provide details of standard warranty.
Contractor shall indicate availability and cost of extended parts warranty options.
The contractor shall provide an on-site maintenance for unscheduled repairs within 24-48 hours for all components.



Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the George E. Wahlen, Veterans Affairs Medical Center, located at 500 Foothill Drive, Salt Lake City, UT 84148.

52.212-1, Instructions to Offerors--Commercial
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM supplies, equipment and/or services contracts for maintenance of equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.

Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed supplies, equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation.

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price.

Respondents to this announcement shall submit their quote on Offerors Letterhead in accordance with the Instructions to Offerors. Submission of quote shall include: (I) Technical Capability (II) Price.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive.
Volume I - Technical Capability
Under no circumstances shall any pricing be included in the Technical Capability. The offeror shall submit a Technical Capability narrative addressing in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request.
Volume II Price
Price- The offeror shall complete the pricing schedule provided in Section (v) above.

The Government requires offerors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers:

Technical Capability The Government will evaluate quotes on the basis of whether or not the Technical Capability narrative addressed in detail how the offeror proposes to accomplish each technical requirement of the Statement of Work. Technical Capability shall consist of meeting the technical requirements of the Statement of Work.

Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price.

All offers shall be evaluated using the evaluation factors described above and must address, at a minimum, all elements listed in the solicitation s instructions to Offerors FAR 52.212-1 and addendum FAR 52.212-1
(d) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements.

(End of Addendum to 52.212-2)
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items.

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference.

FAR 52.203-6
Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)
FAR 52.219-8
Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));
FAR 52.219-28
Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))
FAR 52.222-3
Convict Labor (June 2003) (E.O. 11755)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
FAR 52.222-35
Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
FAR 52.222-37
Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
FAR 52.222-50
Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
FAR 52.225 5
Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Jul 2013)

Additional contract requirements or terms and conditions:

(End of Clause)

52.252-2, Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
FAR 52.204-4
Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.212-3
Offeror Representations and Certifications Commercial items
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

The following VAAR clauses are to be incorporated by reference:

VAAR 852.203-70
Commercial Advertising (NOV 2008)
VAAR 852.211-70
Service Data Manuals, (NOV 1984)
VAAR 852.211-73
Brand Name or Equal (JAN 2008)
VAAR 852.219-74
Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
VAAR 852.219-10
VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2012); 852.246-71, Inspection (JAN 2008)
VAAR 852.246-71
Inspection (JAN 2008)


52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (Oct 2016)
FAR 52.209-7
Information Regarding Responsibility Matters (JUL 2013)
FAR 52.211-6
Brand Name or Equal
FAR 52.212-3
Offeror Representations and Certifications Commercial items
FAR 52.214-21
Descriptive Literature (APR 2002)



The following VAAR provisions are to be incorporated by reference:

852.233-70
Protest Content/Alternative Dispute Resolution (JAN 2008)
852.233-71
Alternate Protest Procedure (JAN 1998);
852.252-70
Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)


The Defense Priorities and Allocations System (DPAS) does not apply
Date and Time offers are due to joanna.hudson-lundquist@va.gov no later than 7:00 AM MST, September 17th, 2019
Name and email of the individual to contact for information regarding the solicitation:
Joanna Hudson-Lundquist
joanna.hudson-lundquist@va.gov

Joanna Hudson-Lubndquist
joanna.hudson-lundquist@va.gov

joanna.hudson-lundquist@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP