Page 7 of 7
1. This is a combined synopsis/solicitation for the Falcon Pro Vascular System, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used.
2. The solicitation number is 36C26021Q0338 and is issued as a request for quotation (RFQ).
3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 effective March 30, 2020, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provision may be accessed in full text at
http://farsite.hil.af.mil.
4. This solicitation is set aside 100% for Service-Disabled Veteran Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000 employees. The business has been verified for ownership and control pursuant to 38 CFR 74. The Government is seeking a contract to acquire 3 Each, Falcon Pro Vascular System, brand name or equal. This solicitation is seeking to fulfill the below line items and salient characteristics.
5. Line Items:
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
3.00
EA
__________________
__________________
Falcon PRO vascular system including: main system, software, 10 tube assembly with automatic inflation, 4MHz, 8MHz spectral doppler probes, five PPG probes with clips, 2 PPG probes without clips wireless remote, four 10cm blood pressure cuffs, six 12cm blood pressure cuffs, two 12cm Long blood pressure cuffs, two 1.9cm digit cuffs, two 2.5cm digit cuffs, Two Contour Thigh Cuffs, Dicom SR and HL7, P/N: Falcon PRO-VA, MFG: Viasonix
0002
3.00
EA
__________________
__________________
Computer: (Included with System)
22 touchscreen medical grade computer with Falcon software installed, Removable SSD Drive, 16 GIG RAM, 6 Hour Battery Life (Rechargeable), P/N: Computer
0003
3.00
EA
__________________
__________________
Cart: (Included with System)
Ergonomic adjustable cart with drawer, basket and iso puck. P/N: Pro Cart
0004
1.00
EA
__________________
__________________
Two Day, On Site Install and Training
GRAND TOTAL
__________________
6. Salient Characteristics:
Salient Characteristics
Compliant with Portland VA s Infection Control guidelines.
Compatible with PVAHCS PACS network:
DICOM: storage and worklist.
User configurable:
Exam Protocols.
Patient detail/history.
Worksheet/report.
Doppler and PPG capability in one unit.
Mobile and space conscious.
Automatic blood pressure measurements in 10 channels.
Synchronous measurement of up to 10 limb sites.
At least 5 PPG ports.
Simultaneous measurement of up to 5 PPG connections.
Three Doppler frequencies:
4 MHz for deep vessels
8 MHz for intermediate depth (standard) vessels
10 MHz for subcutaneous vessels
Skin temperature sensor (integrated)
Multiple peripheral vascular studies for upper/lower extremity peripheral arterial evaluation: ABI s, TBI s, A/V Steal, Thoracic Outlet Syndrome, Stress testing, and other additional tests.
Remote Control/foot switch.
Configurable reporting.
Capable of interfacing with PACS.
7. Delivery:
Delivery is request no later than 45 after receipt of order (ARO) FOB destination.
VA Portland Health Care System
3710 SW US Veterans Hospital Rd.
Portland OR 97239
8. The provision at 52.212-1, Instructions to Offerors Commercial items (DEVIATION 20018-O0018), applies to this acquisition:
All offeror quotes for this solicitation must be received electronically through email to
Amanda.Drake@va.gov no later than 03/08/2021 4PM MST.
2. The solicitation number.
3. The name and DUNS #, address, and telephone number of the offer.
4. A technical description of the equipment being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.
5. Contractor shall provide an authorized distribution letter from the manufacture.
6. Price and any discount terms.
9. The provision at 52.212-2, Evaluation Commercial Items (OCT 2014)
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, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest priced quotation that meets all salient characteristics requirements that is responsive and responsible. A comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3)
A written notice of award or acceptance of an offer, 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), after its receipt, unless a written notice of withdrawal is received before award.
10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.
11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
Clauses:
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.211-73 Brand Name or Equal. (JAN 2008)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
852.203-70 Commercial Advertising (JAN 2008)
852.211-70 Equipment Operation and Maintenance Manuals
852.212-71 Gray Market Items
852.219-10 VA Notice of Total SDVOSB Set-Aside
852.232-72 Electronic Submission of Payment Requests
852.246-71 Rejected Goods
12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2010)
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.219-33 Nonmanufacturer Rule (MAR 2020)
52.222-3 Convict Labor (June 2003) (E.O. 11755).
52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126)
52.222-26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50 Combating Trafficking in Persons (JAN 2019)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-1 Buy American--Supplies (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct
2018) (31 U.S.C. 3332).
13. There are no additional contract requirements, terms or conditions.
14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
15. Quotes must be emailed to
Amanda.Drake@va.gov and received no later than 4PM MST on 03/08/2021. Quotes may be submitted on this document or the vendor s own form.
No late quotations will be accepted.
16. For information regarding the solicitation, please contact Amanda Drake at
Amanda.Drake@va.govProduct Service Code:- 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
NAICS Code:- 339112 - Surgical and Medical Instrument Manufacturing
Primary point of contact:- Amanda Drake
amanda.drake@va.gov Phone Number 208-429-2019
Secondary point of contact:-