This is a combined synopsis/solicitation for Nanosomic Trophon 2, 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.
The solicitation number is 36C24419Q0444 and is issued as a request for information (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective date October 26, 2018
This solicitation is set aside 100% for Small Businesses and the associated NAICS code 334519 has a small business size standard of 1250
STAEMENT OF NEED
VA Pittsburgh Healthcare System requires purchase of Trophon 2 as multiple departments use ultrasound probes such as GU clinic, radiology, operating room, women's health and IV Team. There are frequent turnovers due to lack of adequate number of ultrasound probes and the current process is too long and complex and at risk for not being performed correctly. The Trophon 2 is the first high level disinfection system that is effective against human papillomavirus (HPV)transmission. Even newly purchased probe IFUs recommend high disinfection by Trophon and SPS staff are protected by preventing exposure to Cidex OPA.
Specifications
N05000-1 Electrical Specification:
-Rated mains input voltage: 100V, 120AC
-Rated mains input current: 6Amp, 50/60Hz
-Mains Inlet: IEC type C13
-Equipment must be connected to an earthed outlet using the power cable supplied with the
the Trophon 2.
Data Port:
-Ethernet connector RJ45 USB
-Port: Type A
Environmental Specification:
-Operating temperature range: 17to 27 C / 62.6 F to 80.6 F
Storage and Transport Conditions:
-Temperature range: -20 C to +60 C / -4 F to +140 F
Physical Characteristics:
-Weight of Trophon2:
Unpacked: 22kg (48.5lbs)
Packed: 25kg (55lbs)
Dimensions of Trophon 2:
535mm high x 360mm wide x 317mm depth
(21in high x 14.2in wide x 12.5in depth)
Electromagnetic Compliance:
-The Trophon2 has been tested and found to comply with the limits for emission (electromagnetic interference) pursuant to EN61326-1:2013 (CISPR 11Group 1 Class B linits0
Contract Line Items (CLIN):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Trophon 2 Part# N0500, EIL 960, CSN:6530-430556, NX PLAN-PCS NXA-PROBE STERILIZER
2.00
EA
__________________
__________________
0002
Trophon 2 Printer Part# N0048-NNA
2.00
EA
__________________
__________________
0003
Trophon 2 SONEX (6 Bottles per box) Part# N00501
2.00
EA
__________________
__________________
0004
Trophon 2 Chemical Indicator (100 per box) Part# N05003
2.00
EA
__________________
__________________
0005
Printer Labels Part#N0049
2.00
EA
__________________
__________________
0006
Logbook (5 per box) Part# N0098
2.00
EA
__________________
__________________
0007
Trophon Clean Covers Part# N00102
2.00
EA
__________________
__________________
0008
Trophon 2 Training Quantity:1. One day on site Trophon 2 training conducted by Nanosonics product team and incluses all travel expenses this is provided as a courtesy
1.00
EA
__________________
__________________
0009
Shipping and handling: extend courtesy ground surface rate via Federal Express
1.00
EA
__________________
__________________
GRAND TOTAL
__________________
All deliveries will be 30 Days ARO to:
Attn: Ruth Morsillo, Business Manager, PCS
Department of Veteran Affairs
VA Pittsburgh Health Care System
University Drive C
Building 1 Room AN315
Pittsburgh PA 15240
Material Safety Data Sheet (MSDS)
Contractor shall provide three (3) copies of each Material Safety Data Sheet for every product, chemical, etc. used on this project. MSDS sheets shall be provided for any material on the same day those materials arrive on VA property. At no time shall the contractor have, or permit subcontractors to have, materials on station without MSDS sheets. All instructions for use shall be followed. Products will not be used until MSDS's are submitted to the COR.
The contractor shall maintain a current, green in color, loose-leaf notebook on the job site at all times, which is readily available for viewing by the COR or VA Safety Officer.
Delivery Coordination
Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with POC once a ship date is established. The POC, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the POC. Failure to coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number.
BRAND NAME PRODUCTS
All interested vendors shall be prepared to provide quotes for the line items listed within the schedule of items below. Quotes shall include unit price for each item. Facility requires BRAND ONLY.
Contractor shall provide and test all listed equipment. All products must meet salient characteristics defined in this section. All equipment must meet manufacturers and VA specifications. The Contractor is responsible for furnishing all supplies, equipment, and services required for delivery of equipment listed above. It is the Contractor s responsibility for any missing parts and/or components.
In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name (AUG 1999) and VAAR 852.211-73, Brand Name
Manufacturers
Name: _____________________________________________________
Brand: _____________________________________________________
Model No.:__________________________________________________________
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:
52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)
852.211-73 Brand Name or Equal. (JAN 2008)
852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside
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.
ÃÂ
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.
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
Evaluation of this requirement will be based on PRICE ONLY.
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.
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)
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)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
Additional conditions:
All responses must include verification that each specification outlined in Brand Name Section is met.
All interested parties shall be registered, active and verified with the following sites to be considered for award.
SAM:
http://www.sam.gov
VETBIZ
https://www.vip.vetbiz.gov/Public/Search/Default.aspx
The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
Quotes must be emailed to
[email protected] and received no later than 4/26/2019 2:00 PM EST on the close date. Quote may be submitted on this document or the vendor s own form.
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 then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award.
For information regarding the solicitation, please contact Jason May at
[email protected] NO PHONE CALLS WILL BE ACCEPTED
Bid Protests Not Available