Www.vendorportal.ecms.va.gov

?

FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 201065Ensite Cardiac Mapping95652-260936C26118Q958109-14-201860N2334510Department of Veterans AffairsVA Sierra Pacific Network (VISN 21)VA Northern California HealthCare System5342 Dudley Blvd, Bldg 209McClellan CA 95652-2609Deborah SosaVA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS)3801 Miranda AvePalo Alto, CA94304USAdeborah.sosa@COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSGeneral InformationDocument Type: Combined Solicitation/SynopsisSolicitation Number:36C261-18-Q-9581Posted Date:8/29/2018Original Response Date:8/29/2018Current Response Date:9/07/2018Product or Service Code:6515Set Aside:100% Small BusinessNAICS Code:334510Contracting Office AddressNCO 213230 Peacekeeper Way Bldg. 209McClellan, CA DescriptionThis 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 request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (effective 24 Jan 2018).The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees.The VA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS), 3801 Miranda Ave, Palo Alto, California, 94304 is seeking to procure an Ensite Cardiac Mapping System for the cath lab.All interested companies shall provide quote for the following:Supplies required are name brand only, no substitutions:Item #Description/Part NumberQty1Precision UPG / EnSite Precision Cardiac Mapping System Upgrade System Includes:-Display Workstation with 32 GB RAM, 3.4 GHz dual six-core processors, and Quadro K2200 Graphics running most current version of operating system software.EnSite Precision Module - hardware-EnSite Precision Module -software-EnSite Verismo-EnSite Derexi-EnSite Courier-EnSite AutoMap -EnSite AutoMark12CFK3000 / EnSite Contact Force Module Contains:-EnSite Contact Force Module v1.0-TactiSys Quartz13H700494 / Ampere Generator Kit1Salient CharacteristicsBrand Name Item: Ensite Precision UpgradeEssential/significant physical, functional, or performance characteristics. Compatibility – compatible with GE Combo Lab, and carrot medical monitors.Industry Standard – Electrophysiology mapping and ablation systems are standard of care for Electrophysiology Laboratories.Purpose – This is a software and hardware upgrade to the existing Ensite Electrophysiology mapping and ablation system.System Includes: Display Workstation with 32 GB RAM, 3.4 GHz dual six-core processors, and Quadro K2200 Graphics running most current version of operating system software. EnSite Precision Module - hardware o EnSite Precision Link, Sensor Enabled o EnSite Precision Field Frame EnSite Precision Module -software o EnSite Verismo - Creates 3D cardiac chamber models from CT/MR datasets for display on the EnSite Velocity System. o EnSite Fusion - The EnSite Fusion Registration Module with Dynamic Registration will incorporate a real-time model with a segmented CT or MR model to facilitate navigation within the segmented geometry. o EnSite Derexi - The EnSite Derexi Module consists of software features that uniquely integrate the EP-WorkMate Recording System with the EnSite Precision System. These features consolidate patient and clinical information and reduce the duplicate steps in the workflow. o EnSite Courier - Imports CT/MR/3D Rotational Angiography cardiac datasets from the PACS server to the EnSite Precision System. Exports segmented 3D models back to the PACS server. Facilitates backup of EnSite Velocity System data to the PACS server. Allows review of case data from an EnSite Velocity System or a remote workstation. EnSite AutoMap o the software module allows user to create high density maps with any catheter. Collect data with no point limit. Automatic deletion of points outside user-specific criteria. Automated point inclusion and exclusion criteria include: score threshold for morphology match, cycle length tolerance, catheter speed limit, distance threshold, signal to noise threshold, force. EnSite AutoMark o the software module allows for automated lesion marker guidance based on user-defined criteria. Size and color lesion markers based on multiple criteria. Assess ablation catheter stability and AutoMark placement with the Auto Track feature for automatic recording of precise tip location during RF energy ablationEnSite Contact Force Module Contains: EnSite Contact Force Module v1.0 TactiSys Quartz Allows contact force data to be viewed on the EnSite Velocity Cardiac Mapping System. Key benefits include an intuitive display of contact force data, easier set-up and an enhanced workflow. o Requires EnSite Velocity System Display Workstation 5 (DWS5) or higher. o Requires EnSite Precision Mapping Module part number H700386 to already The full text of FAR provisions or clauses may be accessed electronically at HYPERLINK "" . 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” (NOV 2017)Offerors must complete annual representations and certifications on-line at 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” (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract:52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)52.232-50 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)VAAR 852.203-70 Commercial Advertising (JAN 2008)VAAR 852.211-73 Brand Name or Equal (JAN 2008)VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012)VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008)VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items” (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable:Subparagraphs (b) 4, 8, 14(i), 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 56 are considered checked and apply. The following clauses and provisions applies to this acquisition:FAR 52.211-6 Brand Name or Equal (AUG 1999)FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002)ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMSThe following provisions are incorporated into 52.212-1 as an addendum to this solicitation:THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed “Price-Cost Schedule” accompanied by vendor quote. (b) Volume 2: Technical 2) Grey Market Prevention Language(a) 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.? No remanufactures or gray market items will be acceptable.?(b) Vendor 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.? 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.(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.? 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.? FAR 52.212-2, “EVALUATION – COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote 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:1. Technical: The vendor’s quote must contain all the required salient characteristics for the designated cardiac mapping system. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required salient characteristics for the designated cardiac mapping system. The technical ratings are defined as follows:Acceptable: Quote clearly contains all the required salient characteristics for the designated cardiac mapping system and line item descriptions of the solicitation. Unacceptable: Quote does not clearly meet the salient characteristics and line item descriptions of the solicitation. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. Award will be made on a Lowest-Priced, Technically Acceptable basis.(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be emailed to HYPERLINK "mailto:deborah.sosa@" deborah.sosa@. This is an open-market combined synopsis/solicitation for an Ensite Cardiac Mapping System as defined herein.??The government intends to award a purchase order because of 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:"Quoter shall list exception(s) and rationale for the exception(s).Submission shall be received not later than September 7, 2018, 12:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, HYPERLINK "mailto:deborah.sosa@" deborah.sosa@ before September 7, 2018, 12:00 p.m. Pacific Time. Point of ContactDeborah Sosa, Contract Specialist, Phone: 916-923-4564, HYPERLINK "mailto:deborah.sosa@" deborah.sosa@ ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download