The RFP Database
New business relationships start here

NX EQ Hemodialysis Units (VA-19-00034666)


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

Solicitation Number: 36C10G19Q0073
Notice Type: Combined Synopsis/Solicitation
Synopsis: Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for Hemodialysis Units, FreseniusB. Brand Name or Equal (BNOE) 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; proposals are being requested and a written solicitation will not be issued.
Solicitation number 36C10G19Q0073 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 dated January 22, 2019.
Requirement Description:
In order to ensure we are able to continue to provide Veterans with the benefits and care they have earned through their selfless service, the Department of Veterans Affairs (VA) is changing the way we do business. Specifically, we are improving the management of our supply chain to aggregate demand and facilitate ease of ordering in the field. Throughout VA, we are moving from local contracting to national contracting whenever feasible. Simplified ordering processes will drive volume towards suppliers with national contracts. Simultaneously, greater cost transparency throughout the VA will allow clinicians and VA leaders to select medical equipment that optimizes Veteran outcomes at the lowest cost.
For our suppliers, we anticipate that these changes will ease the process of doing business with the VA and drive down our suppliers costs. We welcome opportunities to work closely with suppliers to further reduce costs. In return, we expect that suppliers will offer the VA value commensurate with VA s status as the largest integrated healthcare provider in the United States. Specifically, VA expects that it will receive the most favorable prices, warranties, conditions, benefits, and terms for the same product as those given by the supplier to any provider in the country. We expect that VA s large volumes will increasingly be directed toward those suppliers best able to offer value to the VA. VA looks forward to collaborating with its suppliers to further drive down costs in order to deliver optimal value to our Veterans.
VA has a requirement to purchase FreseniusB. brand or equal Hemodialysis Units and related equipment to deliver patient care at its VA medical facilities throughout the United States, U.S. Territories, Guam, and the Philippines. Fresenius BNOE Hemodialysis Units perform extracorporeal dialysis to replace the main activity of the kidneys in patients with impaired renal function. Impaired kidney function causes the body to retain metabolic wastes and water. Hemodialysis therapy removes these, as well as, ions and organic salts from the bloodstream. This process restores a reasonable state of health by partially performing renal functions, thereby minimizing further damage to other organs and physiologic systems. Continuous Renal Replacement Therapy (CRRT) machines are used to treat patients suffering from acute kidney injury (AKI), a critical condition characterized by sudden temporary loss of normal kidney function.

A Firm-Fixed-Price Requirements contract will be awarded in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the vendor s best terms for cost/price and technical capabilities of the Fresenius BNOE Hemodialysis Units and related equipment. The Government reserves the right to award without discussions.
The North American Industry Classification System (NAICS) code for Hemodialysis Units is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies.

This procurement action is not set-aside for any socio-economic category. This procurement is in accordance with FAR clause 52.211-6, Brand Name or Equal which requires that the vendor indicate each product that is being offered as an equal product. In accordance with FAR Part 13.106-2, the Government will perform an evaluation in an impartial manner using a comparative analysis of the quotes received. The Government intends to compare quotes to one another to select the product that is best suited to fulfill the requirement for Fresenius BNOE Hemodialysis Units and related equipment as identified in Attachment A, Cost/Price Schedule.

VA is looking to establish a one-year contract with two 12-month option periods. Interested vendors shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment A, Cost/Price Schedule which includes the option years. Delivery is FOB destination and requires delivery to VA medical facilities throughout the United States, U.S. Territories, Guam, and the Philippines. Firm-Fixed-Price Orders will be placed against this contract in writing and will provide the exact delivery locations, delivery dates and exact quantities.

The FAR provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision.
The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria in the attached addenda also applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible vendor that provides a technically acceptable quote that conforms to the solicitation and which is determined to be the most beneficial (i.e., best value) to the Government, considering technical capability, past performance, and price.
Vendors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if not available in SAM
All interested vendors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/.
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition and found on Attachment C, Contract Clauses.

All questions should be submitted no later than May 9, 2019 12:00PM EST
Quotes are due May 23, 2019 at 12:00PM EST to Lasheena Scott at lasheena.scott@va.gov and Beth Davis at Beth. Davis@va.gov.

See attached document: Attachment A - Cost Price Schedule.
See attached document: Attachment B - Min Salient Characteristics Product Description.
See attached document: Attachment C - Contract Clauses.
See attached document: Attachment D - Solicitation Provisions.
See attached document: Attachment E - Quarterly Sales Report.

CONTRACT ADMINISTRATION DATA
All contract administration matters will be handled by the following individuals:

a. CONTRACTOR: TBD
POC
TITLE
EMAIL
PHONE
DUNS

b. GOVERNMENT: Contracting Officer 0010G
Beth Davis
U.S. Department of Veteran Affairs
Strategic Acquisition Center
10300 Spotsylvania Ave., Suite 400
Fredericksburg, VA 22408
Beth.davis2@va.gov

Contract Specialist
Lasheena Scott
Lasheena.Scott@va.gov

Contracting Officer Representative
Daniel R. King (Dan)
VHA CO Procurement & Logistics Office (10NA2)
10300 Spotsylvania Avenue
Fredericksburg, Virginia 22408

2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with 52.232-33, Payment by Electronic Funds Transfer System For Award Management.

3. INVOICES: Invoices shall be submitted monthly in arrears based upon delivery and acceptance:

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

5. FSC MANDATORY ELECTRONIC INVOICE SUBMISSION: Contractors are required to submit payment requests in electronic form in accordance with the submission instructions below.

TUNGSTEN ELECTRONIC INVOICE SUBMISSION
FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL
FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS

Contracting POC: Lasheena Scott
COR (Contracting Officers Representative): Daniel King
Contract/Task Order Number:
Purchase Order Number: N/A

Vendor Electronic Invoice Submission Methods:

Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below.

VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge.

A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org)

Vendor e-invoice Set-Up Information:

Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below.
TungstenB e-Invoice Setup Information: 1-877-489-6135
TungstenB e-Invoice email: VA.Registration@Tungsten-Network.com
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-invoice email: vafsccshd@va.gov
See https://www.fsc.va.gov/einvoice.asp for more information. B.6 TERMS AND

CONDITIONS

By establishing a contract, the Vendor agrees to supply established items(s) to satisfy the Government s requirement when an order is place under the contract during the effective period of performance.B If, however, the Vendor determines to terminate production of the selected item and contemplates replacement with an alternative item, the Government reserves the right to evaluate the potential replacement item(s).B There is no guarantee that the Government will evaluate any replacement item(s) favorably.B If the Government determines the replacement item(s) as unacceptable, the individual item(s) or the entire contract may be canceled.

The Government is obligated only to the extent of authorized purchases actually made under the resultant contract. The terms and conditions included in this contract apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this contract and the Contractors invoice, the provisions of this contract will take precedence.

Purchase/Ordering Limitation:
Orders placed against this contract are limited to FAR Clause 52.216-19 Order Limitations, as noted in the contract. The estimated total quantities are listed on ATTACHMENT A PRICE COST SCHEDULE - PHYSIOLOGIC SOMNOGRAPHY ANALYZERS.B The quantities provided are estimates only, and VA makes no guarantee regarding the actual quantities that may be purchased.
Individuals Authorized to Purchase Under the Contract:

This is a Strategic Acquisition Center decentralized contract. Orders may be placed only by designated VA Ordering Officers for each facility with prior approval from the program manager and/or the project manager/COR.B Ordering officers are responsible for issuing and administering orders placed under this contract. Ordering officers may negotiate revisions/modifications to their orders, but only within the scope of this contract. Ordering officers have no authority to modify any term of this basic contract. Any deviation from the terms of the basic contract must be approved in writing by the Contracting Officer responsible for this contract. Orders placed by Ordering Officers will be accompanied by a funded purchase request and will be approved by the program manager and/or project manager/COR prior to submission to the Contractor. The Contractor shall accept orders against this contract only from the Contracting Officer or from Ordering Officers when the order form is accompanied by the review and approval of the project manager/COR for this contract. Fulfilling orders from persons other than the Contracting Officer or an Ordering Officer may result in loss or delay in payment for supplies/services provided under such orders. B
Delivery Tickets:

The following provisions apply to all shipments:
Inspection: Destination
Acceptance: Destination
Shipping: Free on Board (FOB) Destination
Ship To and Mark For: Deliveries shall be marked and shipped to various VHA locations identified in each order placed against the contract.
All shipments, either single or multiple container deliveries, shall bear and contain on the delivery tickets or sales slips (external shipping labels and associated manifests or packing lists) the following at a minimum:

(i) Name of supplier
(ii) Contract/Delivery Order/Task Order number
(iii) Date of purchase
(iv) Contract number
(v) Itemized list of supplies or services furnished
(vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided the invoice is itemized to show this information).
(vii) Date of delivery or shipment
In the case of multiple container deliveries, a statement readable near the VA Order number will indicate total number of containers for the complete shipment (ex. Package 1 of 2 ), clearly readable on manifests and external shipping labels.
Packing Slips/Labels and Lists shall include the following:
IFCAP PO # ____________ (i.e., 166-E11234)
Total number of Containers:B Package ___ of ___.B (i.e., Package 1 of 3)

Reports:

Monthly Report: In order for the contracting office to submit the required financial reporting on FPDS-NG the contractor needs to submit Attachment C - Reporting Tool on a monthly basis to the Contract Specialist and Contracting Officer Representative. The report is due by the 5th of each month.
Quarterly Report: In addition to the monthly submission, the same Attachment C Reporting Tool needs to be submitted quarterly as outlined below.
In order to track compliance, VA requires the contractor to submit the quarterly report of sales in the approved format listed in Attachment C - Reporting Tool based on the Governments fiscal calendar year. See below.
QUARTER
PERIOD OF SALES
SUBMISSION DUE DATE
1st
October December
Due last day in February
2nd
January March
May 31st
3rd
April June
August 31st
4th
July September
November 30th

The contractor agrees that they shall adhere to this requirement. The contractor shall provide a quarterly report, no later than 60 calendar days after the end of each fiscal quarter ending December, March, June, and September. Reports shall be sent electronically to the SAC BPA Government points of contact until the contractor is notified, in writing, of a different point of contact.
Project Manager; Jeffrey.Young6@va.gov
Contracting Officer s Representative; Daniel.King4@va.gov
Contract Specialist; lasheena.scott@va.gov
Financial Management Analyst at SACPAY@va.gov;

ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO
DATE










See attached document: Attachment A - Cost Price Schedule.
See attached document: Attachment B - Min Salient Characteristics Product Description.
See attached document: Attachment C - Contract Clauses.
See attached document: Attachment D - Solicitation Provisions.
See attached document: Attachment E - Quarterly Sales Report.

Lasheena Scott
lasheena.scott@va.gov

LaSheena.Scott@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP