The RFP Database
New business relationships start here

URODYNAMIC FLUOROSCOPY PROCEDURE TABLE


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

Page 2 of 5

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24218Q9469
Posted Date:
07/12/2018
Original Response Date:
07/20/2018
Current Response Date:
07/20/2018
Product or Service Code:
6515
Set Aside:
Small Business Set-aside
NAICS Code:
339113
Contracting Office Address
Department of Veterans Affairs James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468
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; are being requested, and a written solicitation document will not be issued.

This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees.

This procurement is being issued as 100% set-aside for SMALL BUSINESS. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339113, Surgical Appliances and Supplies Manufacturing, with a small business size standard of 750 employees. This solicitation is 100% set-aside for Small Businesses.

All interested companies shall provide quotation(s), for the following: Brand Name Only Sonesta Urodynamic Fluoroscopy Procedure Table.

Supplies

Line Item
Description
Quantity
Unit Price
Total Price
1
Item#SON190-Urodynamic Fluoroscopy Procedure table
1 EA


2


Item#6210-Features (user manual included) designed for performing VUDS and other fluoroscopy urological procedures in conjunction with a C-arm. Imaging performed in standing, sealed and supine position. Table adjusts easily with a hand control from: Supine to 90 degrees standing position. Seated to standing position supine to seated position. Longitudinal imaging area is 19 inches and completely radiolucent from head to toe. Side-mounted, cantilever design allows anterior/posterior, lateral, and oblique views and oblique views without obstruction. Features the following accessories: Universal Urodynamic funnel & funnel holder
1 EA


3

Set-Up and training is included
1 EA





















Services
Items to be delivered and installation required.

The delivery/task order period of performance is 07/31/2018-12/31/2018.

Delivery shall be provided no later than 15 days after receipt of order/award of contract. Delivery terms Destination. The contractor shall deliver line item(s) 1-3 to VA New Jersey Healthcare System East Orange Campus 385 Tremont Ave, East Orange, NJ 07018.
Place of Performance-Delivery and Installation
East Orange VAMC
Address:
385 Tremont Ave
East Orange, NJ
Postal Code:
07018-1023
Country:
UNITED STATES

Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Lowest Priced Technically Acceptable . Quotes will be evaluated based upon the ability to meet the above exact specifications, delivery time and proof of Laborie/Sonesta distribution authorization.

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 Items Jan 2017
FAR 52.212-3, Offerors Representations and Certifications Commercial Items Jan 2017

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required.

**Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, 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 equipment/system shall be in accordance with the OEM terms and conditions**.B

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Jan 2017
End of addendum to FAR 52.212-4]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2017
VAAR 852.211-70 Service Data Manuals (NOV 1984)

The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs.

All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods.

All offers shall be sent to the Contracting Officer: Aleta.jennette@va.gov.

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

This is an open-market combined synopsis/solicitation for One (1) Sonesta Urodynamic fluoroscopy procedure table as defined herein.B B The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids 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."
Quoters shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 07/20/2018 10 A.M at email address listed above for Contracting Officer. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY Faxed or e-mailed quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer.
Point of Contact
Aleta Jennette
Phone Number-914-737-4400xt2068
Fax Number-914-788-4878
Email Address-Aleta.jennette@va.gov

Aleta Jennette-Contracting Officer
914-737-4400xt2068

Aleta.Jennette@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP