The RFP Database
New business relationships start here

612-16-3-4473-0084 Automatic Endoscopic Reprocessors (AER)


California, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with all parts of and format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

This requirement is posted as a Small Business Set-Aside, however if there are two or more Service Disabled Veteran-Owned Small Business (SDVOSB)/ Veteran-Owned Small Business (VOSB) manufacturers or authorized dealers, the requirement will be set-aside for SDVOSBs/ VOSBs. SDVOBs/ VOSBs not listed in https://www.vip.vetbiz.gov/ are considered non-responsive and price quotations will not be evaluated. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price, delivery included, considering verified SDVOSB/VOSB sources (FAR 52.212.2 Evaluation factors). NAICS code 339114/500 employees applies.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. Only emailed requests received directly from the requester are acceptable. Email quotes to Lavern.Marshall@va.gov no later than the required due date Monday, September 12, 2016 on or before 5:00pm Pacific Time. Receipt must be acknowledged on my desktop computer to be recognized as received. This is the only acceptable method for delivery of quotes.

Please state if your company has any government contracts, i.e., GSA, SEWP, NAC GSA BPA, or you plan on a submission under "open market" conditions. For any government contract, provide your contract number, terms and conditions; SIN the products fall under (if any), delivery schedule and contract expiration date.

Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you.

VA Martinez Outpatient Clinic in Martinez, CA 94121-1545 requires the following items, Salient characteristics:
A.1 PRICE/COST SCHEDULE

ITEM NUMBER    DESCRIPTION OF SUPPLIES/SERVICES    QTY    UNIT    UNIT PRICE    AMOUNT
0001    DSD Ultrasound/Tee Probe Support kit
Model: MK01-0053
Manufacturer: Medivators or Equal    1.00    EA    __________    __________
0002    DSD Vapor Management Kit
Model: MK01-0055    2.00    EA    __________    __________
    Manufacturer: Medivators or Equal                
0003    DSD-3008 DSD Edge
Model: DSD-3008
Manufacturer: Medivators or Equal    2.00    EA    __________    __________
                    
                    
0004    DSD-110-HUO190 Hook up Series
Model: DSD-110-HU0190
Manufacturer: Medivators or Equal    8.00    EA    _________    _________
                    
0005    Installation    2.00    JB    _________    _________
                    
0006    Rapicide PA Assembly
Model: ML02-0117
Manufacturer: Medivators or Equal                
                    
0007    Test strips, RAPI PA 2X100
Model: ML02-0118
Manufacturer: Medivators or Equal    2.00    EA    _________    _________
                    
0008    Trade in Allowance    2.00    EA    _________    _________
                GRAND TOTAL    _________





FOB Point: Destination


Delivery shall be to:

VA Martinez Outpatient Clinic
150 Muir Road
Martinez, CA 94553-4668

Government Requested Delivery: 60 days or less.

Proposed Delivery:_______________________


Offers must be valid for 60 days after close of solicitation

Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov.


Salient Characteristics
Brand Name Item: MEDIVATOR DSD EDGE
1)    Essential/significant physical, functional, or performance characteristics.
"    Parasitic Acid as the disinfectant.
"    Single use disinfectant.
"    Endoscope capacity of two (2).
"    Asynchronous operation.
"    Alcohol flush of endoscopes.
"    Automated leak testing of endoscopes
"    Reprocess leaky endoscopes
"    Reprocess soak only devices, TEE Probe.
"    110 VAC.
"    Printer on machine, that prints cycle parameters.
"    Three stage water filtration system.
"    100% compatibility with all flexible endoscope manufactures.
"    Disinfect temperature of 30B0 C (86B0F).
"    Cycle time of approximately 24 minutes.
"    HLD chemistry life of twenty-one (21) days maximium.
"    Disinfectant vapors contained.
"    Dimensions: 46" H X 36" W X 21" D , WEIGHT 400 POUNDS.
2) Complete generic identification - ENDOSCOPE REPROCESSOR

3) Applicable model/make/catalog number - MEDIVATOR, DSD EDGE, DSD-3008


4) Manufacturer name - MEDIVATORS, INC.

Alternate system submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered.

New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered.

Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested.


SOLICTATION PROVISIONS/CONTRACT CLAUSES:


FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015)

FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) - See evaluation factors above.

FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (July 2016). The selected offeror must submit a completed copy of the listed representations and certifications with its offer or fill out online representations and certifications at www.sam.gov

FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015)

FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016), paragraph (a) and the following clauses in paragraph (b): 4, 8, 14, 21, 22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55.

FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/

FAR Number        Title                            Date

52.211-6        BRAND NAME OR EQUAL                AUG 1999

VAAR Number        Title                            Date

VAAR 846.302-70     GUARANTEE                        JAN 2008
VAAR 852.203-70    COMMERICAL ADVERTISING                JAN 2008
VAAR 852.211-70    SERVICE DATA MANUALS                OCT 1984
VAAR 852.246-71    INSPECTION                        JAN 2008
VAAR 852-273-76    ELECTRONIC SUBMISSION OF PAYMENT REQUESTS     NOV 2012

Lavern Marshall

LaVern.Marshall@va.gov@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP