6515--DIGITAL CYSTOSCOPE

expired opportunity(Expired)
From: Federal Government(Federal)
36C25921Q0851

Basic Details

started - 21 Sep, 2021 (about 2 years ago)

Start Date

21 Sep, 2021 (about 2 years ago)
due - 22 Sep, 2021 (about 2 years ago)

Due Date

22 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C25921Q0851

Identifier

36C25921Q0851
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103381)VETERANS AFFAIRS, DEPARTMENT OF (103381)NETWORK CONTRACT OFFICE 19 (36C259) (4400)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Quote (RFQ) #: 36C25921Q0851 Digital Cystoscope System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to Latonya.hughes2@va.gov no later than 4:00pm MST, September 22, 2021. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline
specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25921Q0851. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 effective September 10, 2021. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 employees. This solicitation is unrestricted. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Description; Karl Storz Endoscopy-America Inc; IMAGE1 S# CONNECT AND X-LINK with Keyboard + USB TO ACC Adapter, UG The kit part number is composed of the following products: TC200US:IMAGE1 S Connect, Connect module 20040240US: Silicone Keyboard with US characters for use with Images1 S and Tele Pack TC301US: IMAGE1 S X-LINK, Link Module for Flex Videoendoscopes, D1, HX, HX-P TC009:Adapter, USB to ACC for AIDA Control includes accessory cables or Equal Manufacturer: ; Karl Storz Endoscopy-America Inc;. Brand name or Equal Manufacturer Part Number: IMAGE1S-X-KT-UG 1 EA 0002 Description; Karl Storz Endoscopy-America Inc; SONY 21" LCD MONITOR The kit part number is composed of the following products: SONY 21" LCD Monitor or Equal Manufacturer: ; Karl Storz Endoscopy-America Inc;. Brand name or Equal Manufacturer Part Number: VTG0011-UG 1 EA 0003 Description; Karl Storz Endoscopy-America Inc; Office Cart W/T-Post, Keyboard Tray 1 shelf, 3.5" Drawer and Transformer The kit part number is composed of the following products: Office Cart W/T-POST, Keyboard Tray 1 shelf, 3.5" Drawer and Transformer or Equal Manufacturer: ; Karl Storz Endoscopy-America Inc;. Brand name or Equal Manufacturer Part Number: 9805T-UG 1 EA 0004 Description; Karl Storz Endoscopy-America Inc; HD-View Flexible Video Cystoscope, CMOS 16FRX37CM, CHNL:7FR, US DEFL, 210Âo/140Âo or Equal Manufacturer: ; Karl Storz Endoscopy-America Inc;. Brand name or Equal Manufacturer Part Number: 11272VHUK 10 EA 0005 Description; Karl Storz Endoscopy-America Inc; Sealed Container System for Flexible CMOS The kit part number is composed of the following products: Containers System, Flex CMOS Videoscopes DM: 23.5"L X 11"W X 4"H * or Equal Manufacturer: ; Karl Storz Endoscopy-America Inc;. Brand name or Equal Manufacturer Part Number: KSZ-39406AS-ZBZ 10 EA Grand Total Description of Requirements for the items to be acquired (Statement of Work); Digital Cystoscope The device needs to have the following Salient characteristics Line item 0001: Modular camera platform that can combine various technologies (e.g., rigid, flexible endoscopy) in one system Automatic light source control Side-by-side view. Parallel display of standard images and S-Technologies possible. HD-View Flexible Video Cystoscope 210Âo/140Âo Multiple source management: Allow simultaneous control, display and documentation of image data from two connected images sources (e.g. hybrid surgical procedures.) Intuitive menu navigation 9 dashboard life and setup menu. Icons show changes to settings or change of status. Individual presets Patient datasets can be stored. Precise display of even the finest tissue and vascular structures. Connection of the latest HD camera heads and all standard IMAGE1 camera heads. Light source LED technology with the light output of at least 300 Watt Xenon bulb Light source to provide constant light intensity throughout the operating life Silicon waterproof keyboard Wide view monitors that deliver optimal image display. Using the 16:00 aspect provides a larger window and improves the viewing ergonomics. Cases for cleaning and disinfection. Quivers for disinfection and storage of flexible endoscopes. Wire trays for cleaning, sterilization and storage of endoscopes, instruments and motor accessories. Instruments racks for cleaning, sterilization and storage Plastic containers for cleaning, sterilization storage of endoscopes, Plastic containers for cleaning, sterilization and endoscopes, camera heads and instruments. Sterilization trays for scopes that can be used in Sterrad 100NX Sterilizer Stainless steel trays for sterilization and storage of instruments. Aluminum trays for sterilization and sterilization and storage of instruments Carrying cases for instruments and accessories. Contractor Furnished Items and Responsibilities The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Statement of Work. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Jack C. Montgomery VA Medical Center 1101 Honor Heights Dr. Muskogee, OK 74401 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (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. Offeror 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; and (II) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-1 Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Latonya.hughes2@va.gov by 4:00pm MST, September 22, 2021. Name and email of the individual to contact for information regarding the solicitation: Latonya hughes Latonya.hughes2@va.gov
Also Search For

Jack C Montgomery VAMC ATTN: Warehouse EMSLocation

Place Of Performance : Jack C Montgomery VAMC ATTN: Warehouse EMS

Country : United States

You may also like

6515--TrackCore RFID Cabinets

Due: 02 May, 2024 (in 3 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies