Federal Bid

Last Updated on 07 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
Boise Idaho

65--Perimed - PeriFlux 6000

Solicitation ID VA26016Q0925
Posted Date 01 Sep 2016 at 11 PM
Archive Date 07 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 260-Network Contract Office 20 (36c260)
Agency Department Of Veterans Affairs
Location Boise Idaho United states 83702
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. 2. The solicitation number is: VA260-16-Q-0925, this solicitation is issued as a Request for Quote (RFQ) for the Boise VA Medical Center. The requirement is for the PeriFlux 6000 tcpO2 Monitor w/Mobile Cart, assorted peripherals, and training. 3. Solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. 4. This solicitation is issued for utilizing a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification Code (NAICS) is 339112 - Surgical and Medical Instrument Manufacturing. The small business size standard is 1,000 employees. Any SDVOSBs that wish to be considered must be verified in VETBIZ. In addition, the vendor must either be the manufacturer or an authorized reseller or distributer to ensure no "grey market" items are procured. 5. The Federal Government intends to award a firm-fixed price contract for supplies and/or services. This is a BRAND NAME or EQUAL requirement. The brand manufacturer is Perimed. Contractor must be able to provide all of the listed items. The quoted items shall meet or exceed the requirements of the items listed below. If an equal item product is quoted, the vendor shall submit documentation stating why/how their product meets or exceeds each brand name item. Specific Contract Line Item Numbers (CLIN) required are listed below: CLIN - P/N - DESCRIPTION - QTY CLIN 0001 - PRM6000 - PeriFlux 6000 tcpO2 Monitor w/Mobile Cart - Qty 1. Cart/monitor must include the following items: P/N - DESCRIPTION - QTY 90-00056 - PF 6001 Main Unit - Qty 1 90-00059 - PF 6010 LDPM/Temp Unit - Qty 2 90-00057 - PF 6040 tcpO2/pCO2 Unit - Qty 4 90-00060 - PF 6050 Pressure Unit - Qty 1 41990110 - E250 tcpO2 tc Electrode - Qty 4 91-00009 - Probe 457 Kit - Qty 2 93-00181 - Standard Cart - Qty 1 93-00179 - Panel PC - Qty 1 X1BSWFHNOE1 - Medical Isolation Transformer - Qty 1 95-00016 - PSW ExM - Qty 1 93-00167 - PF 6114 Color Printer w/ink - Qty 1 93-00186 - PF 6051 Pressure Accessory Kit - Qty 1 93-00185 - Foot Switch - Qty 1 41990120 - D826 Membraning Kit tcpO2 - Qty 1 90-00042 - TC 550 Fixation Rings (100 pcs, incl. TC 560) - Qty 1 90-00054 - TC 555 Fixation Rings - Extra Strength Adhesive (50 pcs, incl. TC 560) - Qty 1 CLIN 0002 - Minimum 2 Year Software Upgrades CLIN 0003 - Onsite training - Qty 1. CLIN 0004 - Minimum 12 Month Warranty and Remote Technical Support - Qty 1. CLIN 0005 - Users/Maintenance Manuals - Qty 1. Specific CLIN characteristics: CLIN 0001: PeriFlux 6000 TcpO2 Monitor w/Mobile Cart. - Must be able to measure up to four (4) sites of tcpO2 simultaneously. - Must be able to measure bi-lateral blood pressures (both limbs simultaneously) - ABI, Toe pressure/TBI, SPP, PVR and Segmental pressures. - Must be able to measure tcpO2 and blood pressures simultaneously. - Must use heated laser Doppler probes for enhanced blood pressure measurements - Can measure tcpO2 in hyperbaric chamber - USB connectivity to peripherals, e.g. mouse, keyboard, camera and printer. - Software for recording data - pre-loaded examinations per testing protocols, keeps a patient database, easy report printouts, can be upgraded to communicate with EMR (DICOM or HL7 interface). Software should also have step-by-step onscreen instructions during examinations. - HIPAA compliant security features. - Onboard programmable examination protocols. - Mobile cart setup for mobility, accessory and cable storage and easy organization. - Mobile cart shall include a printer - to print information generated by the TcpO2 unit. CLIN 0002 - Software Updates: -Provide a minimum 12 months of software updates. CLIN 0003 - 12 Mo Warranty, w/Remote Technical Support: - Provide a minimum 12 month parts and labor warranty on all equipment. - Provide a minimum 12 month remote technical support. Support is to be provided during normal work hours. CLIN 0004 - On-site Training: - Provide initial training after receipt of equipment - coordinated with facility. CLIN 0005 - User and Equipment Maintenance Manuals: - Provide operator manuals that include equipment set-up and maintenance. 6. Delivery (FOB Destination is preferred): Department of Veterans Affairs, Boise VAMC, 500 W. Fort Street, Bldg 34, Boise, ID 83702. Shipping (estimated) will be identified and rounded into unit price. Final shipping information will be included in the issued delivery order. All supplies must be delivered within 30 days after receipt of order. All prices and quotes shall be submitted in US Dollars to be considered. 7. Vendors should thoroughly review and be familiar with the requirements of the solicitation prior to submitting quotes in order to be fully aware of the scope of supplies and services required. Failure to do so will not relieve the successful offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The Government shall not reimburse any cost not incorporated into the vendor's price. 8. To respond to this solicitation, quotes shall be emailed to [email protected]. Please include "VA260-16-Q-0925 tcpO2 Monitor" in the subject line of all quotes. All quotations from eligible and responsible sources will be fully considered. 9. Quotes are due by 3:00 P.M. Eastern Standard Time (EST) on September 7, 2016. 10. Procurement of these commercial supplies and/or services is being conducted according to FAR part 12 Commercial Items, FAR part 13 Simplified Acquisition Procedures (SAP), and the VAAR, as supplemented with additional information in this notice. 11. Prior to submitting a bid, Offeror(s) shall be actively registered in the System for Award Management (SAM) per FAR 52.204-7 System for Award Management. Registration instructions may be obtained and online registration may be accomplished at www.sam.gov. By submitting a bid, the Offeror acknowledges the requirement to be registered in the SAM prior to award, during performance, and through final payment of any contract or purchase order resulting from the solicitation. To be eligible for award, Offeror(s) must be registered in SAM under the appropriate business category and NAICS code. In addition, unless available via SAM (i.e. www.sam.gov) Offeror(s) shall include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their bid. CLAUSES, PROVISIONS, AND ADDITIONAL INSTRUCTIONS The provision at FAR Part 52.211-6, Brand Name or Equal, applies to this acquisition. The provision at FAR Part 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR Part 52.212-2, Evaluation - Commercial Items, does not apply to this acquisition. The provision at FAR Part 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The provision at FAR Part 52.214-21, Descriptive Literature, applies to this acquisition. The clause at FAR Part 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR Part 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clause at VAAR Part 852.219-10, VA Notice of Total Service Disabled Veteran Owned Small Business Set-Aside, applies to this acquisition. Additional clauses applicable to this procurement are attached on RFQ: VA260-16-Q-0925.
Bid Protests Not Available

Similar Past Bids

Augusta Maine 19 Jul 2024 at 2 PM
Travis air force base California 20 Dec 2022 at 12 AM
Bethesda Maryland 16 Jan 2020 at 8 PM
Bureau Illinois 11 Jun 2010 at 7 PM
Travis air force base California 25 Jan 2023 at 7 PM