Ohio Bids > Bid Detail

6515--Equipment, Training System, CLE

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159050215276149
Posted Date: Jan 24, 2023
Due Date: Jan 27, 2023
Solicitation No: 36C25023Q0230
Source: https://sam.gov/opp/6cf3dcf8c2...
Follow
6515--Equipment, Training System, CLE
Active
Contract Opportunity
Notice ID
36C25023Q0230
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 24, 2023 04:06 pm EST
  • Original Date Offers Due: Jan 27, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Louis Stokes VAMC 10701 East Blvd. Cleveland , OH 44106
Description
Combined Synopsis-Solicitation for Commercial Items
Last Updated: 02/01/22
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 (36C25023Q0230). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

This solicitation is a small business set aside.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113. The PSC is 6515.

The Cleveland VAMC is requesting the purchase of ultrasound-guided central venous catheterization training systems for simulated central line placement for the Simulation Center.

Supplies:

Item #
Description
1
Training System Medium Tone 2 ea
2
Training System Dark Tone 2 ea
Delivery shall be made within 30 days after receipt of order (ARO).
Delivery shall be destination.
Place of Performance/Place of Delivery
Department of Veterans Affairs
Louis Stokes VAMC
10701 East Blvd.
Cleveland, OH 44106
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
All quotes shall be sent by e-mail only to tiera.sims@va.gov no later than Friday January 27, 2023 by 2pm local time. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to tiera.sims@va.gov no later than Thursday January 26, 12pm local time. Questions received after the specified date and time will not be considered.

Point of Contact
Tiera Sims
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300
Email: tiera.sims@va.gov

STATEMENT OF WORK (SOW)

1. Background.
The Cleveland VAMC is requesting the purchase of ultrasound-guided central venous catheterization training systems for simulated central line placement for the Simulation Center. The trainers will be used by physicians, residents, and fellows to practice and improve skills in using ultrasound-guided or blind/landmark insertion approaches at the subclavian, supraclavicular, and internal jugular sites. The simulator will allow users to acquire a detailed knowledge of the clinical skills needed in palpation of external landmarks for appropriate vessel location and fluid feedback. A simulator, such as a central venous catheterization, will allow clinicians to practice their skills, in a learning environment, that they can learn from all before performing the skills on a live patient.
2. Scope.

The Cleveland VAMC Simulation Center is requesting the purchase of (4) central venous catheterization training systems that include ultrasoundable central line venous catheterization torso, tone matched replacement tissue (2), tone matched large venipuncture pad, one set of non-sterile guidewires, power supply cord, battery pack, battery charger, simulated venous and arterial fluids, two drain tubes, quick start guide, and carrying case.

3. Specific Tasks.

The vendor will provide (2) Medium Tone & (2) Dark Tone central venous catheterization training systems with accessories.

Deliverables:

The vendor will supply central venous catheterization training systems (2) Medium Tone & (2) Dark Tone that contains the following:

GENERAL
Ultrasound compatible Torso
Two Replaceable Tissues (tone matched)
One Large Venipuncture Pad (tone matched)
Set of Non-Sterile Guidewires
Wall Power SupplyÂ
Battery Pack
Battery Charger
Control panel with indicator lights to very system is working properly
Simulated Venous Fluid 16 oz.
Simulated Arterial Fluid 16 oz.
(2) Drain Tubes
Quick Start Guide
Carrying Case
Landmarks
Palpable
Upper torso and neck
Clavicle
Trachea
Superior Vena Cava
Sternocleidomastoid muscle
Lateral border of first rib
Ultrasound
Internal jugular vein
Subclavian vein
Sternocleidomastoid muscle
Lung
Skills Learned/Enhanced
Practice full central venous catheterization using ultrasound-guided or blind/landmark insertion approaches at subclavian, supraclavicular, and internal jugular sites
Practice placing the patient in the appropriate position per access site standards
Gain experience palpating external landmarks to identify vessel location
Identify vessel access through fluid feedback

The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission.

Work Required by Others

All work required by other trades shall be identified under this section by the Bidder.
4. Security Requirements
The contract will not have access to medical or patient information. The C&A requirements do not apply and a Security Accreditation Package is not required.

5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

6. Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work. N/A

b. Identification of Potential Conflicts of Interest (COI). N/A

c. Identification of Non-Disclosure Requirements. N/A

d. Packaging, Packing and Shipping Instructions.

Material should be delivered to job site in its original, unopened packaging with all labels intact. Material should only be stored inside on a clean, dry, smooth surface. Rolls should be stored with the end of the roll on top, facing up.
e. Inspection and Acceptance Criteria.
The COR/VA representative will do Inspection and Acceptance.
7. Risk Control: Does this purchase include IT equipment? No
8. Place of Performance.

Louis Stokes VA Medical Center
10701 East Blvd.
Cleveland, Ohio 44106
9. Period of Performance.
30 Days ARO
10. Delivery Schedule.

30 Days ARO

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 (Nov 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (May 2022)

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:
52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN2020)
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
852.233-70, Protest Content/Alternative Dispute Resolution
852.233-71, Alternate Protest Procedure
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION)

The following solicitation provisions apply to this acquisition:
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.216-1 TYPE OF CONTRACT (APR 1984)
52.233-2 SERVICE OF PROTEST (SEP 2006)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION)

The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp

This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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: (Contractor shall list exception(s) and rationale for the exception(s)).
Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov.

This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions.

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 award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

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:
Tiera Sims
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300
Email: tiera.sims@va.gov
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25023Q0230.docx (opens in new window)
26 KB
Public
Jan 24, 2023
file uploads

Links
Display Name Updated Date
VA Homepage (opens in new window) Jan 24, 2023
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 24, 2023 04:06 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >