65--Anesthesia System VAMC Salem

expired opportunity(Expired)
From: Federal Government(Federal)
36C24619R0149

Basic Details

started - 20 Aug, 2019 (about 4 years ago)

Start Date

20 Aug, 2019 (about 4 years ago)
due - 30 Aug, 2019 (about 4 years ago)

Due Date

30 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C24619R0149

Identifier

36C24619R0149
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

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.

Combined Synopsis Solicitation: Anesthesia System VAMC Salem 1. General: 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 notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C24619R0149 and is issued as a Request for Proposals (RFP). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02, effective May 6, 2019. The applicable North American Industry Classification System Code (NAICS) is 339112 and the small business size standard is 1,000 employees. 2. Line items: VA Salem is seeking an end to end system which performs anesthesia delivery, monitoring and record keeping in one unified and integrated system. The system shall include the following closely related
functionalities: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 7.00 EA _________/_________ Anesthesia Delivery - suitable for adult, pediatric and neonatal patients - suitable for low- and minimal-flow inhalation anesthesia Basic unit - precise, electrically-driven Turbo ventilator: no driving gas required - heated, compact breathing system - time-based, fully automatic start-up and including a system test - battery for up to 150 minutes back-up power - integrated RFID technology monitors adequate use of sensors and consumables - LCD status display for gas and power supplies as well as airway pressure Gas monitoring - integrated gas monitoring: inspiratory and expiratory gas concentrations; automatic identification of two anesthetic agents; age-adjusted MAC value - consumption-free oxygen monitoring - measurement of gas consumption 15" or greater color touchscreen display - configurable - display of fresh-gas efficiency (minimal flow) - display of three waveforms, parameters and mini trends simultaneously Ergonomics - integrated workplace illumination Line Quant. Trolley based Basic unit equipped with: - 4 integrated country-specific power outlets - isolation transformer - main switch for all outlets - circuit breakers for each power outlet. 0002 1.00 EA __________/________ Anesthesia Delivery - Trolley mount anesthesia machine. This package includes 3 gas version, 3 gas inlet, ventilator and trolley. PCV + PS + SIMV/PS Option Package: Pressure Control Ventilation + Pressure Support + SIMV/PS (PCV+PS+SIMV/PS) includes: Pressure Control Ventilation (PCV) The patient receives constant pressure from the ventilator over a certain period of time Adjustable settings: - inspiratory pressure [PINSP] - respiratory rate [Freq] - PEEP - TI:TE - inspiratory flow [Insp Flow] - alarm limits Pressure Support (PS) The ventilator supports the patient's efforts to breathe Level of support delivered is according to the Pressure Support setting with adjustable settings: - level of support pressure - minimum respiratory rate for apnea ventilation [Freq Min] - trigger sensitivity [Trigger] - inspiratory flow [Insp Flow] - PEEP SIMV/PS The ventilator synchronizes the mandatory ventilation strokes with spontaneous breathing efforts from the patient SIMV allows the patient to breathe spontaneously Pressure Support can be activated during SIMV mode to support the patient's spontaneous breathing efforts Adjustable settings: - pressure limitation [PMAX] - tidal volume [VT] - respiratory rate [Freq] - support pressure - PEEP - trigger sensitivity [Trigger] - inspiratory flow [Insp Flow] - SIMV inspiratory time [TINSP] - inspiratory pause time : inspiratory time 0003 9.00 EA _________/_________ Anesthesia Monitoring - Parameters: - ECG, basic arrhythmia, respiration, pulse rate, temperature, non-invasive blood pressure, and invasive blood pressure Includes: 17" widescreen color display with touchscreen functionality and rotary knob - power supply unit - - system cables - power cable - Instructions. 0004 1.00 EA _________/_________ Anesthesia Monitoring - Scio Four Oxi plus SCiO FOUR Gas Module Anesthetic gas module for OR use. The SCiO connects to Infinity patient monitors and provides respiratory and anesthetic gas analysis The SCiO is a low maintenance high quality device that has solid state agent detection and state of the art paramagnetic sensors for fast oxygen analysis. It provides inspiratory and expiratory values for O2, CO2, N2O and anesthetic agents (Halothane, Enflurane, Isoflurane, Sevoflurane and Desflurane) Including: - (1) water trap - (1) sampling line - Power supply and mains power inlet cable 0005 1.00 EA __________/________ Anesthesia Record Keeping - Anesthesia Information Management System/Anesthesia Record Keeping System. Fully compatible and communicate with listed anesthesia machines and monitors. 0006 1.00 EA __________/________ Training - IA Systems Administration Training GRAND TOTAL __________________ 3. Statement of Work: I. PURPOSE: Currently the conglomeration of products from different manufacturers performing anesthesia delivery, monitoring and record keeping suffer from interoperability issues, lost data, and frequent system crashes, often requiring clinicians to resort to paper records. Because of these issues VAMC Salem is seeking an end to end system which performs delivery, monitoring and record keeping in one unified and integrated system. It is critically important - one provider responsible for maintenance, service, and support of anesthesia machine, monitoring system, and ARK system. one provider to be available to assist end user with full support for all items. II. SCOPE: The Veterans Health Administration has an obligation to use state-of-the-art health care equipment. The following list of equipment has been determined by VAMC Salem Anesthesia Department as a requirement to meet the state-of-the-art requirement. VAMC Salem is looking for a complete integrated system. III. INTEGRATION and DEPLOYMENT: Contractor shall be responsible for unpacking, installation, and deployment. Contractor shall provide all labor for the assembly of the completed workstation on wheels. Contractor shall be able to support a phased delivery of fully assembled work stations. Deployment will be coordinated with POC VAMC Salem. IV. SALIENT CHARACTERISTICS: Single unified integrated anesthesia workstation that combines the following related categories a state of the art Anesthesia machine, an integrated Anesthesia monitor and an Anesthesia Record Keeper (ARK) that have been designed to work together as a highly integrated unit. The integration of the related technologies can be serviced and managed by a single company. The ARK has a track record of successful integration with VistA. The ARK is prepared for the eventual conversion to Cerner. Equipped with a user interface and a fresh gas control operating philosophy that is consistent with anesthesia machines. A mechanical pressure gauge for airway pressure as well as a mechanical indicator of total fresh gas flow. An APL (airway pressure limitation) valve which is easily accessible to the user and can simply be pulled up to release breathing system pressure. An electronically controlled, electrically driven ventilator that does not require drive gas to mechanically ventilate the patient. Capable of continuing automatic ventilation with ambient air if central and cylinder gas supplies are not available. Capable of returning gas sampled for analysis back to the breathing system for use in ventilation thru an isolated chamber without contamination of room air. Offers an actively heated breathing system designed specifically to prevent rainout (moisture accumulation). Includes features that allow clinicians to continue to ventilate a patient during (1) power outage/brown out, (2) battery failure, (3) power supply failure, or (4) circuit board failure. Clinician must be able to continue to deliver (1) all fresh gases (O2, N2O and Air), (2) agent, and (3) ventilation via the bag in the event any of these occur. Fresh gas flow measurements must be calculated and communicated in real time. Monitor shall have the ability to convert to a transport monitor without additional modules or batteries and shall allow transport with all currently monitored parameters remaining active. Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for Anesthesia Systems. V. MAINTENACE and WARRANTY: The contractor shall provide a minimum warranty of a year or better for parts and labor for all equipment and accessories. This warranty shall cover the entirety of the Anesthesia System. The contractor shall provide details of standard warranty. Contractor shall indicate availability and cost of extended parts warranty options. The contractor shall provide an on-site maintenance for unscheduled repairs within 24-48 hours for all components. VI. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery equipment: VAMC Salem is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Warehouse VAMC Salem 1970 Roanoke Blvd. Salem, VA 24153 540 982 2463 VII. TRAINING: Clinical users: Upon delivery of the Anesthesia System, qualified instructors shall provide user training for staff on day, evening, and night shifts at times to be determined by the facility. VIII. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2019) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.233-2 SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) 52.225-5 TRADE AGREEMENTS (AUG 2018) 52.225-6 TRADE AGREEMENTS CERTIFICATE (MAY 2014) 5. Offer Evaluation and Award. The Government intends to award a contract resulting from this solicitation to the responsible offer that conforms to the solicitation that provides the best benefit to the Government. Proposals will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Proposals will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which proposal provides the government with its needs, as identified in the RFP. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced proposal that provides additional benefits. The government is not requesting or accepting alternative proposals. For a proposal to be eligible for award, the vendor submitting a proposal must have the NAICS Code 339112 - Anesthesia apparatus manufacturing (1,000 emp SBA Size Standard) and has a current registration in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM at submission of quote. SAM will be checked to verify the vendor s status before any evaluation is conducted. This requirement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. For a quote to be eligible for award, the vendors submitting a proposal shall be certified in Veterans Information Page (VIP VetBiz) http://www.vetbiz.gov/by the closing date of the solicitation. VIP VetBiz will be checked to verify the vendors SDVOSB certification before any evaluation is conducted. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. The Government intends to make award selection without clarifications but may determine after evaluating the proposals submitted that clarifications are necessary and conduct them as appropriate. The Government reserves the right to make no award if no proposals meet the requirements of this solicitation. VA evaluation team to include clinical staff will review every item proposed in the respective proposals to ensure they fit within the description in Section 3, Statement of Work, Subsection IV, Salient Characteristics above and determine if the items proposed are needed to support clinical practices at VAMC Salem. The team will review the product literature and other information provided in the proposals, information available within the VA, and other sources to determine if all technical requirements/needs described in Section 2, Line Items and Section 3, Statement of Work above are met. The government will conduct a comparative assessment of proposals based upon the following criteria: a. Technical - 1. end to end system which performs anesthesia delivery, monitoring and record keeping in one unified and integrated system. The entire system can be serviced by one company. 2. Anesthesia Delivery - suitable for low- and minimal-flow inhalation anesthesia Basic unit. 3. Anesthesia Delivery - and Trolley mount anesthesia machines. 4. Anesthesia Monitoring - Parameters: - ECG, basic arrhythmia, respiration, pulse rate, temperature, non-invasive blood pressure, and invasive blood pressure. 5. Anesthesia Monitoring - Scio Four Oxi plus SCiO FOUR Gas Module Anesthetic gas module for OR use. 6 Anesthesia Record Keeping - Anesthesia Information Management System/Anesthesia Record Keeping System. Fully compatible and communicate with listed anesthesia machines and monitors. b. Service and Repairs: Vendors clearly demonstrate in their response a clear understanding of the Government s requirements for scheduling and completion of service calls/diagnostic testing and repairs IAW MAINTENACE and WARRANTY in the SOW. c. Qualifications: Proposals clearly demonstrate a clear understanding of the Government s requirements for qualification and certifications to repair and service of High-Tech Medical Equipment as identified in the SOW, price and cost schedule. Vendors shall provide their qualification/certifications detailing at least two years successful experience and/or operation in the industry. Proposals provide certification of training in the High-Tech Medical Equipment field services. d. Price: The Government will review the price schedule for completeness and accuracy and will evaluate the reasonableness of the proposed prices. Normally, adequate price competition establishes a fair and reasonable price. Government reserves the right to award to a vendor with other than the lowest price. Award will be made to the vendor whose proposal represents the best overall value to the government. e. Past Performance: Vendors must have a record of satisfactory or neutral past performance. If no record of past performance is found the vendor will receive a rating of neutral. The Government will utilize internal documentation including Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS) for determining the Past Performance of vendors. Vendors are reminded that representatives from your company SHALL NOT contact any VAMC Salem personnel to discuss this RFP during the solicitation and evaluation process. A written notice of award, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 6. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: John.Harmsen@va.gov Enter RFP 36C24619R0146 | Anesthesia System VAMC Salem in the email subject line. 7. Submission of Offer. All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award. a. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. b. New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. c. This requirement will be awarded on all-or-none basis. d. This requirement requires that F.O.B. is Destination. e. Proposal must be good for 90 calendar days after close of this Combined Synopsis Solicitation. f. Proposals shall be broken out to include line item pricing for each line item. g. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. h. All Questions in response to the Solicitation are due no later than Friday, 23 Aug 2019 at 1 PM EST. Questions shall be emailed to john.harmsen@va.gov on or before the date and time stated. Enter RFP 36C24619R0149 | Anesthesia System VAMC Salem in the email subject line. Any Government responses, answers, and/or comments to all questions will be posted Monday, 26 Aug 2019 on FBO. i. RESPONSES ARE DUE: Friday, 30 Aug 2019 at 5PM EST. Offers will only be accepted electronically via e-mail to john.harmsen@va.gov. Enter RFP 36C24619R0149 | Anesthesia System VAMC Salem in the email subject line.

Department of Veteran Affairs;VAMC Salem VA;1970 Roanoke Blvd;Salem, VA 24153 USALocation

Place Of Performance : Department of Veteran Affairs;VAMC Salem VA;1970 Roanoke Blvd;Salem, VA 24153 USA

Country : United States

You may also like

MAESTRO 4000 CARDIAC ABLATION SYSTEM FOR THE MTH VAMC 37684

Due: 15 Jan, 2025 (in 8 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

DRAEGER INNOVIAN ANESTHESIA RECORD KEEPING (ARK) SYSTEM

Due: 31 Aug, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

339 -- Miscellaneous Manufacturing/339112 -- Surgical and Medical Instrument Manufacturing
naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 65MEDICAL/DENTAL/VETERINARY EQPT/SUPP