6515--Equipment, Surgical Instrument Laser Marking System

expired opportunity(Expired)
From: Federal Government(Federal)
36C25022Q0902

Basic Details

started - 25 Jul, 2022 (21 months ago)

Start Date

25 Jul, 2022 (21 months ago)
due - 28 Jul, 2022 (21 months ago)

Due Date

28 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
36C25022Q0902

Identifier

36C25022Q0902
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103600)VETERANS AFFAIRS, DEPARTMENT OF (103600)250-NETWORK CONTRACT OFFICE 10 (36C250) (5716)

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 for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description This 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 effective July 12, 2021. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250
employees. The FSC/PSC is 6515. The Richard L. Roudebush Veterans' Administration Medical Center, 1481 West Tenth Street, Indianapolis, IN 46202 has a requirement for a surgical instrument laser marking system. All interested companies shall provide quotations for the following: Supplies Line Item Description Qty Unit of Measure Unit Price Total Price 0001 3-Axis Hybrid Laser Marker 5W Standard Model 1 EA 0002 3D License Certificate 1 EA 0003 2 Tracking License Certificate 1 EA 0004 Laser Enclosure Workstation 1 EA 0005 Laser Enclosure Fume Extractor 1 EA 0006 Laser Enclosure Work Table 1 EA 0007 S&H (prefer FBO: Destination) 1 EA Statement of Work Objective: The Richard L. Roudebush VA Medical Center in Indianapolis has a requirement for a Surgical Instrument Laser Marking System. This will provide effective tracking and tracing of all reusable surgical instruments in the entire hospital. From surgical procedure to cleaning and storage, each instrument will be scanned in our inventory management system with the 2D matrix marking created by the MD-X1500 3 Axis Hybrid Laser Marker, or equal. This is a Brand Name or Equal solicitation, and the Brand Name is Keyence. Requirements: In consideration for the contract award, contractor proposals must fulfill the following requirements: The ability to mark around any geometrical item Mark dynamic z-heights up to 42 mm in range without physically moving the item or the laser Autofocus feature Single mode beam spot with size of 60 micron Frequency range of 0-400hz Up to 200kW of peak power IP64 rated head is dust tight and water resistant Multiple, single-emitter diodes Internal thermopile power monitor 20% drop in power after 320,000 marking hours Fast and easy programming of virtually every shape of part 2D and 1D barcode generation and 3D CAD files One year warranty Preference will be given to proposals submitted through a SDVOSB or VOSB. Evaluation Factors: The following evaluation factors will be used in determining the most suitable contract proposal: Fulfillment of Requirements: Total Cost of Proposal Period of Performance: Period of performance shall be 30 days for installation of the equipment (negotiable). Place of Performance/Place of Delivery Richard L. Roudebush VA Medical Center Address: 1481 West Tenth Street Indianapolis, IN Postal Code: 46202 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items . FAR 52.212-5, Evaluation-Simplified Acquisition Procedures . FAR 52.212-3, Offerors Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response. 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018). 8 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2021). All quoters shall submit the following: Vendor response shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number All responses to this RFQ shall be fixed priced and Freight on Board (FOB) Destination. Documentation that confirms the company are manufacturer authorized resellers/distributors and installers of the quoted items. All quotes shall be sent, by email only, to christopher.blazejewski@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Lowest Price, Technically Acceptable that must fully meet all salient characteristics. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00 PM EST on July 28, 2022, via email to christopher.blazejewski@va.gov. 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 Point of Contact listed below. Point of Contact Chris Blazejewski via email only at christopher.blazejewski@va.gov

VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET  DAYTON , OH 45428  USALocation

Place Of Performance : VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET DAYTON , OH 45428 USA

Country : United StatesState : Ohio

You may also like

6515--Robotic-Assisted Surgical System (TKA)

Due: 23 May, 2024 (in 19 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MEDICAL SURGICAL INSTRUMENT SHARPENING AND REPAIR TO INCLUDE LASER MARKING AND ETCHING.

Due: 08 Apr, 2026 (in 23 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CARDIAC SURGICAL INSTRUMENTS

Due: 24 Oct, 2024 (in 5 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

naicsCode 334513Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies