The RFP Database
New business relationships start here

THYMATRON SYSTEM IV ECT INSTRUMENT Brand name or equal


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) #: 36C259-19-Q-0614
Brand Name or Equal Thymatron ECT

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement 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.

** Quotes are to be provided to luther.dickens@va.gov no later than 5:00 pm ET,. August 29, 2019

This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q-0614 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) 2019-05 effective 13 Aug 2019

The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750. This solicitation is a 100% small business set-aside

List of Line Items:

ITEM #
DESCRIPTION OF SUPPLIES
QTY
UNIT
UNIT PRICE
AMOUNT
0001
ThymatronB. System IV ECT Instrument with 1 10% or Equal



1



EA


0002
EctoBrain Testing / Training Device

1

EA


0003
Remote Treatment Handle, ERTH
1
EA


0004
EHAN Handle with EECU Steel Electrode & EGEL
1
EA


0005
ECT Book, Abrams & Free Technique DVD
1
EA


0006
Shipping
1
EA


0007
Extended Warranty
1
EA


0008
Disposable Oral Protectors
100
EA


0009
Thymapad Stimulus Electrodes (100 pair)
2
EA


0010
Recording Electrodes (1,000 ct
2
EA


0011
Thermal Recording Paper Fan Folded (40 pads)
2
EA


0012
PreTac Solution for use with Thymapad Stimulus Electrode
5
EA



Total







Description of Requirements for the items to be acquired (salient characteristics/specifications): STATEMENT OF WORK - GENERAL INFORMATION

1. Title of Project: Electroconvulsive Therapy (ECT)

2. Scope of Work: The contractor shall provide and install/set up all ECT equipment (Thymatron System IV ECT Instrument with 1 10% or equivalent, to include: complete set up and fundamental training with machine, connections, and program, warranty work, and all other resources required to deliver the requirements stated herein, except as may otherwise be specified in this statement of work. The contractor will provide the training necessary to accomplish the objectives listed below.

3. Background: ECT is delivered through the application of brief electric stimulus to produce a generalized seizure while a patient is under general anesthesia. Electric stimuli, small electrical currents, are believed to result in specific biochemical changes within the brain that may cause remission in the episode of illness. ECT has been proven to be successful for patients who have been unresponsive to other forms of treatment such as medication management or psychotherapeutic interventions.

4. Performance Period: will provide the Thymatron System IV ECT Instrument or equivalent with 1 10%, all items in the quoted starter kit, Thymatron accessories or Equal, set up, and training on the machine and programs. The system set up and fundamental training on this machine will occur during the week of delivery and set up. Thereafter, both Somatics, LLC. and Sheridan VA will work to address issues via the Somatics, LLC. helpdesk and warranty process. The direct training will include psychiatry, medicine, nursing, anesthesia, and technical support (OI&T/Biomedical), other SVA personnel as needed.

B. CONTRACT AWARD MEETING
No kick-off meeting required

C. GENERAL REQUIREMENTS
Setup and installation of Thymatron System IV ECT Instrument with 1 10% or equivalent with accessories
Fundamental training of system
SOMATICS or Equal
900 mA Stimulus
0.5 mSec pulse width at lower dose
1 dial set stimulus dose

Additional Justification:
Electronic Medical Record keeping software is included at NO charge with the System IV for Thymatron or Equal.
The unit can be upgraded with chips installed in the existing unit as updates are available, thus they last longer and the facility is not responsible for upgrading the equipment each time an improvement in the modality is made.
The Somatics Thymatron or Equal delivers a higher stimulus at a lower dose than competitors resulting in more effective treatment for the elderly and those that require less invasive treatment increasing patient safety.
Thymatron or Equal 1 dial set setting is optimal for patient safety. The Thymatron or Equal equipment has 1 knob, which decreases the risk for unintended setting and patient safety concerns.
Only the Thymatron or Equal system has a continuous heart rate monitor increasing the monitoring of the seizure activity and increasing patient safety with less devises needed to be monitored at the same time.
The Thymatron or Equal includes a genuine EMG monitor included in the price. Only monitoring one system while providing this treatment modality is the optimal patient safety approach.
The Thymatron or Equal also has an incorporated extended seizure alerting signal. This is a very important patient safety feature.

D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES

Deliverables for product delivery, system set up/installation, facilitation of fundamental training and trouble shooting

Deliver product
First to Logistics then escorted to ECT Suite (BLDG 71 RM 258)
Set up product
Complete installation in space
Installation connect and confirm working to any power source and all interfaces
Provide fundamental training with all Somatics, LLC. or Equal equipment and tools used for ECT
Provide basic level trouble shooting review

E. GOVERNMENT RESPONSIBILITIES [If applicable]

Space is clean and of adequate size
Space has appropriate connections and gases supply

F. CONTRACTOR EXPERIENCE REQUIREMENTS

Contractor Requirements:

Familiarity with Somatics, LLC Equipment or Equivalent
Certified Professional Installation Technician
Certified Professional facilitator for training purposes
The C&A requirements do not apply, and that a Security Accreditation Package is not required as contractor will not be connecting to the VA Network.

G. CONFIDENTIALITY AND NONDISCLOSURE

Standard mandatory language for all task orders.

CONTRACTOR PERSONNEL SECURITY REQUIREMENTS

New contractor personnel security requirements, which facilitate the security programs for computer systems and automated information systems implemented by the Office of Security and Law Enforcement and Veterans Health Administration.

Contractor Registration:
The contractor must have current registration through (SAM), https://www.sam.gov/SAM/


Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 2360 E. Pershing Blvd., Cheyenne WY 82001-5356

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 medical supplies, medical equipment and/or services contracts for maintenance of medical 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 medical supplies, medical equipment and/or services contracts for maintenance of medical 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 medical supplies, medical equipment and/or services contracts for maintenance of medical 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.

Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed.

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

State if quoted items are available and priced through contractors 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.

Contractors 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. Contractors 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) Price.

Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Price.

Volume I Price

Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)

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

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, price and other factors considered. The following factors shall be used to evaluate offers:

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 or exceed the technical capability requirements of the statement of work shall not be selected regardless of price.

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 forth 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 52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332)

Additional contract requirements or terms and conditions:

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(s):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

The following FAR clauses are incorporated by reference:

The following VAAR clauses are to be incorporated by reference:

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 (s):
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

The following FAR provisions are to be incorporated by reference:

The following VAAR provisions are to be incorporated by reference:

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to Luther.Dickens@va.gov by 5:00 pm ET, Thursday August 29, 2019.

Name and email of the individual to contact for information regarding the solicitation:
Luther Dickens; luther.dickens@va.gov

Luther Dikcens
303-712-5749
Luther.Dickens@va.gov

Contract Speicialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP