COMBINED SYNOPSIS SOLICITATION
(i) This is a combined synopsis/solicitation for Drager Apollo Anesthesia Machine, BRAND NAME, 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.
(ii) The solicitation number is 36C24419Q0751 and is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective date May 6, 2019.ÃÂ
(iv) 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.
(v) Contract Line Items (CLIN):
Item
No
Part
No.
Description Supplies/Services
Qty
Unit
0001
Drager Apollo Anesthesia Machine with Accessories
1
EA
B.2 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
All CLIN s
SHIP TO:
SEE DELIVERY SCHEDULE
1.00
SEE DELIVERY
(vi) Comparable products must be Brand Name in the following specifications:
The Lebanon VA Medical Center (LVAMC) has a requirement for one (1) Drager Apollo Anesthesia Machine. Vendor shall be qualified to provide Drager Apollo Anesthesia Machine from approved authorized distributors of Drager equipment. The VA will evaluate contractor s products based on the following criteria: price.
Salient Characteristics of the Drager Apollo Anesthesia Machine:
Weight 365lbs
Dimensions 59 H x 33.5 W x 31.5 D
Power 200W
Operating Voltage 100 to 127 VAC (- 15% + 10%) 45 65 Hz
Integrated power backup At least 30 min., typically 90 min; Depending on ventilation parameters
Ventilator E-Vent plus Electrically driven and electronically controlled, fresh gas decoupled
Ventilator Modes Manual, spontaneous, Volume Mode, Pressure Mode Optional/Synchronization: Pressure Support (PS), Volume Mode Autoflow
Pressure limitation Pmax (in Volume Mode) (PEEP + 10) up to 70 cmH20
Pressure limitation Pinsp (in Pressure Mode) (PEEP + 5) up to 70 cmH20
Trigger 0.3 15 L/min
Tidal Volume Vt (compliance compensated) (in Volume Mode) 20-1400 mL, 5-1400 mL (with advanced ventilation option)
Breathing Frequency (freq) 3 100 bpm
Inspiration time (Tinsp) 0.2 6.7 s
Inspiration/Expiration time ratio (I: E) max 5:1
Plateau time (T ip:T insp) 0 60%
Inspiratory flow (in Pressure Mode) max 150L/min
PEEP in Volume Mode 0 20 cmH20 (max, Pmax 10 cmH20)
PEEP in Pressure Mode 0 20 cmH20 (max Pinsp 5 cmH20)
Fresh-gas flow 0 10 L/min for each gas (oxygen, air, nitrous oxide)
Tslope (in Pressure Mode and Pressure Support) 0 2s
Total system leakage - < 150 mL/min at 30 cmH20 (automatic leak test)
O2 flow control Sensitive ORC function: at least 21 Vol.-% with N2O as carrier gas
O2 flush - >35 L/min
Monitoring Inspiratory and expiratory concentration of O2, N2O, CO2 as well as anesthetic agents (Halothane, Enflurane, Isoflurane, Sevoflurane, Desflurane); Minute volume (MV) and Tidal volume (Vt); Breathing frequency; Peak pressure, plateau pressure, mean pressure, PEEP; Patient compliance CPAT; Option: Functional oxygen Centration of CO2, O2, as well as anesthetic agents, airway pressure, inspiratory and expiratory flow; Option: Plethysmogram; Bar graph display of volumeter and tidal volume; Virtual flow tubes for O2, AIR, N2O; Display of graphical trends and numerical lists of measured values; Auto Set for alarm limits
Serial Interface 2 x RS 232
Protocol Medibus, Medibus X
Absorber volume (reusable canister) 1.5L
Fully automatic self-test
Open-platform architecture
Allows for creation of custom-designed anesthesia workstation
Ergonomics:
All functional elements are within easy reach of seated or standing user
Unique breathing bag arm design provides flexibility
Unique larger swivel writing surface
Integrated auxiliary O2 and pressure gauge where you need them
2 deep drawers for storage (1 lockable)
Integrated footrest and centrally operated brake
Integrated and dimmable task lighting
Integrated power outlet for desflurane vaporizer
2 or 3 vaporizer mounts Auto exclusion interlock system
Piston vs Bellows ventilator
Low-Flow Wizard
Automated Start-up
Delivery:
Delivery to the facilities shall be coordinated at least 72 hours prior to the required delivery date. BioMedical Engineering will need to perform a safety check and enter the equipment in to the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC shall be coordinated through the Anesthesia Staff and/or Contracting Officer Representative.
Department of Veterans Affairs
Lebanon VA Medical Center
ATTN: Warehouse
1700 S. Lincoln Ave
Lebanon, PA 17042
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:
CLAUSES:
52.214-21 Descriptive Literature (APR 2002)
852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(a) Gray market items are Original Equipment Manufacturers (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.ÃÂ No remanufactures or gray market items will be acceptable.
(b) Vendor 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.ÃÂ 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.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.ÃÂ 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 toÃÂ 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.ÃÂ
(ix) Evaluation of this requirement will be based on PRICE ONLY.
(x) 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.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
(End of Clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
https://acquisition.gov/far
(End of Clause)
852.203-70 Commercial Advertising (JAN 2008)
852.246-71 Inspection (Jan 2008)
(xii) 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 & First-Tier Subcontract Awards (OCT 2015)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)
(xiii) There are no additional contract requirements, terms or conditions.
(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
(xv) Quotes must be emailed to
[email protected] and received no later than 3:00pm EST on 6/3/2018 NO LATE QUOTES WILL BE ACCEPTED.
Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form.
If you are not the manufacturer than an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award.
(xvi) For information regarding the solicitation, please contact Walida A. Moore at
[email protected]
Bid Protests Not Available