Www.vendorportal.ecms.va.gov

?

5. PROJECT NUMBER (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NUMBERCODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NUMBER3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NUMBER9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NUMBER10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 11/2016)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(Number, street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)160000102-26-2018N/A36C10GU.S. Department of Veterans AffairsOPAL | Strategic Acquisition Center10300 Spotsylvania Ave | STE 400Fredericksburg VA 22408-269736C10G To all Offerors/Bidders 36C10G18Q010901-25-2018 XXX1** HOUR & DATE for Receipt of Offers is EXTENDED to: MAR 13, 2018 @ 4PM ESTX1 The purpose of this solicitation amendment is to extend the closing date to March 13, 2018 at 4:00PM ESTand provide the Governments responses to questions received. The attached documents have been updated and amend the terms of the solicitation. Beth DavisContracting Officer - C4 CONTINUATION PAGEQuestions Received for Negative Pressure Wound Therapy Systems RFQIs this a national contract?Answer: Yes, this is a national contract.Is this for the rental of Negative Pressure Wound Therapy or purchase?Answer: This is for the Purchase of Negative Pressure Wound Therapy Systems.Is this for acute care in-patients only, or is it for Acute care in-patients and for home care patients?Answer: It is for “in hospital acute care and post-acute care. It is Not for home use.The projected amount of sales appears low considering the size of the VHA.? Can you confirm the projection and its restriction to “ear” therapy??Answer: The sales projection was confirmed and it is not restricted to “ear” therapy.For SC4, this requirement is written in a way that limits competition for no clinical justification.? There is no industry standard or regulation that dictates a device of this nature, have a touch screen instead of buttonology.? We respectful ask the CO that this SC be modified to remove “intuitive touch screen” requirement.Answer: SC4 RemovedFor SC7, this requirement is written in a way that limits competition with the highest set pressure at -200mmHg.? There is no industry standard or regulation that dictates a set pressure reaches -200mmHg.??? As a safety precaution, there are limiters that pressure does not exceed -200mmHg as patients are at risk for bleeding at this pressure.? We respectful ask the CO that this SC be modified to remove “-200mmHg” requirement. Answer: SC7 RemovedThe Negative Pressure Wound Therapy System we are offering can send email alerts to appropriate recipients if the unit has left the building, has been dropped, or lost, which assists in tracking of the device. Do you foresee any issues with the email alert transmission from the Negative Pressure Wound Therapy System within the VA email system, such as with firewalls? Answer: Any proposed solution will be subject to IT Security requirements. As a national provider/distributer of negative pressure wound therapy services/supplies, we are not primarily engaged in the manufacturing of surgical appliances and supplies, but in the provision of patient care.? Does VA consider health care service providers/distributers as valid offerors under this RFQ? Answer: This solicitation is full and open competition and any vendor may submit a quote. Also note, an authorized distributor letter is required for all distributors. ?Document 36C10G18Q0109-002, Salient Characteristics, Scope of Work, paragraph 1, stipulates a VA-wide (i.e., national) therapy system.? However, document 36C10G18Q0109-001, Price List provides estimated quantities that do not appear to be consistent with a national program.? Please provide clarification on the number of VA facilities and provided quantity estimates and how they are to be used.? Answer: Vendors will be required to deliver to VHA facilities throughout the United States, U.S. Territories, Guam, and the Philippines. Delivery requirements shall be specified under each individual order.Document 36C10G18Q0109-007, Reporting Tool, appears to only report quantities sold for monthly and quarterly reporting.? Please confirm VA has no other reporting requirements under this RFQ.Answer: No other reporting requirement under this RFQ. See Attachment C – Contract Administration, page 4 – Reports. Please clarify the care setting for the RFQ (e.g., Acute, Post-Acute, or Home). If multiple care settings are contemplated, please provide quantity estimates by location by setting.Answer: It is for “in hospital acute care and post-acute care. It is Not for home use.Please confirm what is meant by single-award (i.e., does this mean the awardee is the exclusive provider of these services).Answer: Single-award - Only one award will be made.In short, is this a “Fill or Kill” bid - Meaning there needs to be an equivalent for every line item? Or, will a bid that covers 80-90% of the line items be considered? Answer: Award will be made to one vendor that quotes all items. Are we required to submit technical literature if we are proposing the exact brand name items being requested?Answer: Yes, all Quoters shall provide descriptive literature which will be used to determine if the quoted products are technically acceptable.If award is made based on this solicitation, will resultant award be a mandatory VA contract?? If yes will it be mandatory for both Logistics and Prosthetics?Answer: The resulting contract will be mandatory for the awarded brand’s line items. Will only those individuals/facilities designated as Authorized Orderers by Contracting Officer have ability to order off the awarded contract?Answer: Only authorized ordering officers will be able to place orders from the resulting contract. Will any Prime Vendors be designated as Authorized Orderers?Answer: Prime Vendors will not be authorized ordering officers. Only CO delegated OO’s in VAMCs will be authorized to place delivery orders. Should award be made, can vendor anticipate Authorized Orderers having the ability to order not only awarded items but potentially other items not included in the contract?Answer: Orders placed against the resulting contract will only include priced items awarded from the contract. Will all orders received from Authorized Orderers reference award contract number or should vendor just assume any orders received from Authorized Orderers are written against award?Answer: Orders will include information located in Attachment C of the solicitation. Open Abdomen Dressing CLIN #0014 is a patent protected item and carries with it much liability, what alternative would be suitable?Answer: CLIN #0014 and other supply items removed.KCI-Acelity product for Salient Characteristic SC-9 of minimum battery life of 10 hours does not have this minimum requirement. See data below:VAC Ulta – 6 hr. battery life.? (pg. 13 of manual and spec sheet) – see attached? HYPERLINK "" ???? c=KCI_Product_C&childpagename=KCI1/KCILayout&cid=1229638774799&p=1229638774724&packedargs=locale=en_IN&pagename=KCI1Wrapper? (Click on VAC Ulta Specification Sheet at bottom of page)Active AC – no life statedInfov AC – no life statedVAC Freedom – 12 hr. battery (pg. 15 of user manual)VAC Simplicity – 8 hr. battery (pg. 27 of user manual)VAC Via – no life statedAnswer: SC-9 changed to SC-7 and reduced hours from 10 to 6.Name of dressing kits does not distinguish between black foam, white foam or otherwise. How is one supposed to distinguish amongst the dressing kit options?Answer: Supply items removed.Specs for canister sizes are closed specs, therefore restricting who can bid, other than KCI-Acelity (CLIN # 0049, 0050, 0051, 0052 and 0053). Please provide salient characteristics for canisters.Answer: Supply items removed.Instillation is only provided by KCI-Acelity product(s) and is also a closed specification. What alternative is suitable?Answer: Instillation is not one of the salient characteristics and is therefore not mandatory.The "salient characteristics" listed in the solicitation are word for word from the Acelity-KCI product specifications section.? No other SCs were provided. The VA is not allowed to list only specifications from the brand name as its "salient characteristics.” Can you please revise the salient characteristics for this solicitation to fit those needed by the VA for Negative Pressure Wound Therapy System; not to salient characteristics proprietary to brand name product(s) such that no one else can meet the characteristic?Answer: Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an “equal” item must meet to be acceptable for award.Why is this solicitation not set-aside for SDVOSB/VOSB?Answer: For a requirement to be SDVOSB/VOSB set aside the SDVOSB/VOSB must manufacture 50% of the end product. During market research, there were not two or more SDVOSB/VOSB vendors that could meet this requirement. As a result, the acquisition strategy for this requirement is full and open. Why are you anticipating a single award? Given that this is for all of the VA for two years, is it feasible that the total sales under the contract could top $112M?? If so, they are not allowed to issue a single award contract per FAR 16.503(b)(2):(2) No requirements contract in an amount estimated to exceed $112 million (including all options) may be awarded to a single source unless a determination is executed in accordance with? HYPERLINK "" \l "wp1093169" 16.504(c)(1)(ii)(D).Answer: The Government has determined that a single award Requirements contract with Firm Fixed Price (FFP) orders is appropriate for this requirement in accordance with FAR 16.503 and will not exceed $112M. The Requirements contract will consist of one (1) twelve 12 month base period with two (2) twelve (12) month option periods from the date of award.See attached document: ATTACHMENT A - NEGATIVE PRESSURE WOUND THERAPY SYSTEMS - PRICE LIST.See attached document: ATTACHMENT B - NEGATIVE PRESSURE WOUND THERAPY SYSTEMS - SALIENT CHARACTERISTICS.See attached document: ATTACHMENT C - NEGATIVE PRESSURE WOUND THERAPY SYSTEMS - CONTRACT ADMINISTRATION.See attached document: ATTACHMENT D - NEGATIVE PRESSURE WOUND THERAPY SYSTEMS - CONTRACT CLAUSES.See attached document: ATTACHMENT E - NEGATIVE PRESSURE WOUND THERAPY SYSTEMS - SOLICITATION PROVISIONS.See attached document: ATTACHMENT F - NEGATIVE PRESSURE WOUND THERAPY SYSTEMS - PAST PERFORMANCE QUESTIONNAIRE. ................
................

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

Google Online Preview   Download