The RFP Database
New business relationships start here

brand name or equal to CO2 Laser Rental Services


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25819Q0304
Posted Date:
08/16/2019
Solicitation close date:
09/03/2019 12:30 PST
Product or Service Code:
6515
Set Aside (SDVOSB/VOSB):
Small Business Set Aside
NAICS Code:
339112
Contracting Office Address
Department of Veteran Affairs
NCO 22-Gilbert
4135 S Power RD #103
Mesa, AZ 85212
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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a for quotations (RFQ), The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-3.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 employees.

The Department of Veteran Affairs, Southern Arizona Health Care System is seeking an Indefinite Delivery, Indefinite Quantity brand name or equal to contract for the Intelliguide CO2 laser systems for the Southern Arizona VA Health Care System (SAVAHCS). This is a Brand Name or equal to solicitation for the Lumenis CO2B laser family, evaluation will be made on price and meeting all requested salient characteristics for all equal to specifications.



All interested companies shall provide quotes the following pieces of equipment:




Supplies

Line Item
Description
Quantity
1
AcuPulse Duo CO2 Laser System (BRAND NAME OR EQUAL)

(Base Year)
EA
2
Intelliguide CO2 laser System (BRAND NAME OR EQUAL)

(Base year)
EA
3
UltraPulse DUO Laser System (BRAND NAME OR EQUAL)

(Base Year)
EA
4
Rep services on site for every procedure (BRAND NAME OR EQUAL)

(Base Year)
EA
5
AcuPulse Duo CO2 Laser System (BRAND NAME OR EQUAL)

Option Year 1 (POP 10/01/2019-(9/30/2020)
EA
6

Intelliguide CO2 laser System (BRAND NAME OR EQUAL)

Option Year 1 (POP 10/01/2019-(9/30/2020)
EA
7
UltraPulse DUO Laser System (BRAND NAME OR EQUAL)

Option Year 1 (POP 10/01/2019-(9/30/2020)
EA
8
Rep services on site for every procedure

Option Year 1 (POP 10/01/2019-(9/30/2020)
EA
9
AcuPulse Duo CO2 Laser System (BRAND NAME OF EQUAL)

(Option Year 2 (POP 10/01/2020-09/30/2021))
EA
10
Intelliguide CO2 laser System (BRAND NAME OR EQUAL)

Option Year 2 (POP 10/01/2020-09/30/2021)
EA
11
UltraPulse DUO Laser System (BRAND NAME OR EQUAL)

Option Year 2 (POP 10/01/2020-09/30/2021
EA
12
Rep services on site for every procedure

Option Year 2 (POP 10/01/2020-09/30/2021
EA
13
AcuPulse Duo CO2 Laser System (BRAND NAME OR EQUAL)

Option Year 3 (POP 10/01/2021-09/30/2022)
EA
14
Intelliguide CO2 Laser System (BRAND NAME OR EQUAL)

Option Year 3 (POP 10/01/2021-09/30/2022)
EA
15
Intelliguide CO2 laser System (BRAND NAME OR EQUAL)

Option Year 3 (POP 10/01/2021-09/30/2022)
EA
16
Rep services on site for every procedure

Option Year 3 (POP 10/01/2021-09/30/2022)
EA
17
AcuPulse Duo CO2 Laser System (BRAND NAME OR EQUAL)

Option Year 4 (POP 10/01/2022-09/30/2023
EA
18
Intelliguide CO2 Laser System (BRAND NAME OR EQUAL)

Option Year 4 (POP 10/01/2022-09/30/2023
EA
19
UltraPulse DUO Laser System (BRAND NAME OR EQUAL)

Option Year 4 (POP 10/01/2022-09/30/2023
EA
20
Rep services on site for every procedure

Option Year 4 (POP 10/01/2022-09/30/2023
EA


CO2 Laser Services

Southern Arizona VA Health Care System (SAVAHCS) has a need for a contractor to provide CO2 laser services. The contractor will provide the equipment listed as needed on a per case basis, dependent upon the anatomy of each patient. The of products are designed to provide very controlled tissue interaction and allow surgeons to address a broad range of clinical challenges during the procedure. The contractor will be responsible for providing any necessary instrumentation/laser fibers to accompany each laser system and must provide service support to support SAVACHS surgeons and staff members. There must be a representative on site for services on site for every procedure in order to service all 3 pieces of equipment with the following salient characteristics for each, as needed with as little as 24 hours notice.

The contractor must be able to provide various lasers that will accommodate surgical specialty procedures. The type of laser will be dependent upon the patient s anatomy. These procedures include, but are not limited to the following:
Vocal Cord
Cervical
Skin
Lung
Vaginal
Vulvar
Penile
Palliative Surgery
To remove tumors
Help prevent blood loss by sealing small blood vessels
Treat skin conditions









Laser Salient Characteristics


AcuPulse Duo CO2 Laser System (Brand name or equal)
CO2 RF Excited Air

Be able to provide seamless transition between two modes:
CO2 laser free beam
Fiber delivery
Support three power and time exposure modes:
Continuous Wave: Steady beam of energy allowing for optimal coagulation possibilities
Pulser: provides variable pulse length yields the desired power
Superpulse: Continuous, short duration, high peak power pulses. Reduces char intraoperatively.
Must supply advanced, electronically controlled air management system.
Laser device must include:
Touch control screen-high resolution
Footswitch
LED illuminated indication active port
Aiming beam
Laser indicator lights
Standby
Ready
Laser indicator
Audible Tones


Intelliguide CO2 RF Excited, air cooled with quiet fans (Brand name of equal to)
Provide seamless transition between two modes:
CO2 laser free beam
Fiber delivery
Three power and time exposure modes:
Continuous Wave: Steady beam of energy allowing for optimal coagulation possibilities
Pulser: provides variable pulse length yields the desired power
Superpulse: Continuous, short duration, high peak power pulses. Reduces char intraoperatively.
Supply advanced, electronically controlled air management system.
Laser device must include:
Touch control screen-high resolution
Footswitch
LED illuminated indication active port
Aiming beam
Laser indicator lights
Standby
Ready
Laser indicator
Audible Tones

3) UltraPulse DUO CO2 laser, sealed-off, RF excited (brand name or equal to)

Must be able to provide CO2 laser via articulated arm with laser fiber.
Must support Delivery Mode
Free Beam and Fiber
Must support Power Mode
Continuous Wave (CW)
UltraPulse (UP)
Must support time exposure modes:
Repeat:
Single:
Continuous:
Internal (low flow) or external (high flow) with bacterial filter air flow.
Laser device must include:
Touch control screen-high resolution
Aiming beam
Laser indicator lights
Standby
Ready
Laser indicator
Audible Tones

Rep Services on Site (With 24 hours notice)
The company must provide the following materials (with as little as 24 hours notice)
Laser (as applicable to the surgical procedure)
Fibers that correspond with the laser
Surgical Handpieces / Surgical instrumentation
Must provide SPS with sterilization parameters ahead of time.
Laser safety glasses and Laser Signs
On site Laser technician to support (surgical procedure) coverage

Place of Performance
Address:
Department of
Veteran Affairs
Southern Arizona VA Health Care System
3601 South 6th Avenue
Tucson, AZ
Postal Code:
85723
Country:
UNITED STATES

Award shall be made to the quoter whose quote offers the best value to the government by price government will evaluate information based on the following evaluation criteria: price and all salient characteristics.

Ordering Officer language
Ordering officers (OOs) will be authorized to place orders against this contract. The Contracting Officer (CO) will furnish the Contractor with the names of individuals authorized as OOs, by separate memorandum upon issuance of the contract. When OOs are added after award, the CO will furnish the Contractor with the names of individuals authorized as OOs, by memorandum upon OO appointment. OOs are responsible for issuing and administering orders placed under this contract. OOs 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 CO responsible for this contract. The Contractor shall accept orders against this contract only from the CO and/or authorized OOs. Fulfilling orders from persons other than the CO or OO may result in loss or delay in payment for supplies/services provided under such orders.

Please See attachment A 36C25819Q0237 Clauses and Provisions for all applicable Clauses and Provisions



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 [October 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [ October 2018]
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items [Oct 2018]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [May 2019]

Please See Attachment A 36C25819Q0237 Clauses and Provisions for all applicable Clauses and Provisions


All quoters shall submit the following: Brochures and technical literature.

All quotes shall be sent to Nick Price at Nicholas.Price@va.gov Subject: 36C25819Q0304 no later than September 3. 2019 at 12:30 Pacific standard time

This is an open-market combined synopsis/solicitation for products as defined herein.B B The government intends to award a contract as a result from this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes, 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."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Prospective Offerors are notified that verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX. must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award.

Please See Attachment B Vendor FMS paperwork for applicable documents.


Quoter, shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 08/18/2019 4:30 PST at to Nick Price Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No hand delivered quotes or mailed in quotes will be accepted. Only emailed quotes to the email addresses listed will be accepted].

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Nick Price at Nicholas.Price@va.gov


Point of Contact
Nick Price
Nicholas.Price@va.gov
480-466-7921

Nick Price: Nicholas.Price@va.gov

Nicholas.Price@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP