Oklahoma Bids > Bid Detail

6515--ENDOSCOPY ARGON PLASMA COAGULATOR Muskogee VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159890191166860
Posted Date: Sep 11, 2023
Due Date: Sep 15, 2023
Solicitation No: 36C25923Q0932
Source: https://sam.gov/opp/8ae2cd63fc...
Follow
6515--ENDOSCOPY ARGON PLASMA COAGULATOR Muskogee VA Medical Center
Active
Contract Opportunity
Notice ID
36C25923Q0932
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Sep 11, 2023 10:42 am MDT
  • Original Date Offers Due: Sep 15, 2023 03:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Dept. Of Veterans Affairs Eastern Oklahoma VA Healthcare System Muskogee , OK 74401
    USA
Description
Request for Quote (RFQ) #: 36C25923Q0932
Argon Plasma Coagulator Muskogee VA Medical Center

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Government reserves the right to make no award from this solicitation.

* The deadline for all questions is 3:00pm MST, September 13th, 2023.
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.

** Quotes are to be provided to stephanie.cahill@va.gov no later than 3:00pm MST, September 15th, 2023.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0932 The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 effective August 15, 2023.

The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 employees This solicitation is a 100% set-aside for small business concerns.

List of Line Items;

Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
0001
Argon Plasma Coagulator
3
EA
$
$
0002
Pressure Reducer with Sensor
3
EA
0003
Cart Fastening Set (w/ Grounding Cable)
3
EA
0004
Ignition Tester
3
EA
0005
Electrosurgical Unit (120V/60Hz UL) Software
3
EA
0006
Endo Cut Upgrade (w/ ability to adjust effect, cut duration, and cut interval)
3
EA
0007
Two Pedal Footswitch w/ Remode Bracket
3
EA
0008
Monopolar Connecting Cable BovieJack 8.3MM Socket Length 4m
6
EA
0009
Argon Gas Tank-Full, 40 Cu FT Capacity Purity 99.99%
3
EA
0010
Irrigation Pump
3
EA
0011
Irrigation Pump Footswitch w/ Adapter
3
EA
0012
Water Bottle Holder
3
EA
0013
ECO2 CO2 Endoscopic Insufflator
3
EA
0014
Extended Warranty
3
EA


Grand Total
$
Description of Requirements for the items to be acquired:

*FOB shall be destination
*Freight shall be added to the price of CLIN 0001 and not be its own line item.
*Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote.
*Quotes shall annotate the expected date of delivery to the specified location
*Quotes shall be accompanied by an authorized distributor letter from the manufacturer of the items being offered.
*Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award.

Salient characteristics to include:

Argon Plasma Coagulators
Modes:
FORCED
High-frequency voltage increases when the output setting (i.e., wattage) is increased, up to 120 watts
Consistent firing at 30 watts or above with an application distance of up to 5 mm
Continuous application of energy
PULSED
Effect 1
Higher energy output per pulse with a longer interval between pulses (approx. 1 pulse/second)
Consistent firing from 10 watts with application distances of up to 7 mm (distance between the probe and the tissue)
Effect 2
Greater number of pulses (16 pulses/second) with a lower energy output per pulse
Consistent firing from 10 watts with application distances of up to 7 mm (distance between the probe and the tissue)
PRECISE
Automatic adjustment control which adjusts the argon plasma regardless of the impedance of the overall system (plasma regulation)
Continuous application of energy
The intensity of the ionized plasma increases when the Effect setting is increased
The tissue effect is more or less independent of the distance (up to 5 mm) between the probe and the tissue
Plasma intensity automatically self-regulates based upon distance from target tissue
Probes:
Must include a connection system that allows for seamless probe setup, with no reprocessing or filter change required. Simple plug-and-play functionality that reduces the risk of cross-contamination during filter change.
3 Full Argon Gas Tanks, minimum 40 CU FT Capacity with Pressure Reducer with Sensor
Ignition Tester

Electrosurgical Generator (must work in conjunction with argon plasma coagulators)

Plug and play digital instrument recognition that can automatically configure the entire system to provider s individual needs and programmed procedural parameters
Footswitch that allows you to alternate between pre-selected instruments and anatomy settings autonomously
Constant Voltage Regulation with Power Dosing to automatically deliver lowest effective adjusted power output in all modes, including both CUT and COAG
Automatically detect the formation of micro-electric arcs (sparks) for controlled and reproducible cuts, e.g. length and quality
Full-color user interface
Graphic depiction of tissue effects with different parameters in real time, shown on the display prior to activation.
Power meter that displays real time power output during and throughout activation
Customizable waveforms and modes for therapeutic intervention in both CUT and COAG
Electrode Safety System
Power Output
Maximum CUT output 300 watt at 500 ohms
Frequency 330-520kHz
Maximum COAG output up to 200 watts

Irrigation Pump:

Deliver a pulsed, pressurized jet of fluid
Uses only disposable accessories
Flow rate can be programmed and adjusted in 1% increments
At least 3 pre-set flow rates
Can deliver approximately 500 ml/minute
Flow rate display
Footswitch with Adapter for Alternative Footswitch
Flow rate range 20% (100 ml/min) to 100% (500 ml/min) ± 50 ml/min
Can provide continuous flow for at least 10-20 seconds at a time
Water bottle holder

CO2 Endoscopic Insufflator:

Safety features
Pressure Relief Valves
Audible Alarms
Timed Gas Shut-Off
Adjustable timer with at least four pre-set timer settings
Automatic shut-off after 30, 60, 90 and 120 minutes
Display
Color Touchscreen
Displays visual representation of gas remaining in tank
At least 4 Pre-set Flow Rates

Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at

Muskogee VA Health Care System (MUS VAHCS)
Jack C. Montgomery VA Medical Center
1101 Honor Heights Dr.,
Muskogee, OK 74401

52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (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. No remanufactures or gray market items will be acceptable.

Offeror 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. 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. 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 to 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.

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; and (III) Delivery Lead Time

Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.

Volume II Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

Volume III Delivery Lead Time
The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable.Use sparingly - Only use if delivery is of such importance the partner is willing to pay additional price. If used, update volume number. Otherwise - delete
(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Price
Factor 3. Delivery Lead TimeUse sparingly - Only use if delivery is of such importance the partner is willing to pay additional price. If used, update Factor #. Otherwise - delete
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.

Factor 3. Delivery Lead Time: The Government will evaluate delivery lead time and select the quoter/offer whose delivery lead time is most advantageous to the Government. The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.Use sparingly - Only use if delivery is of such importance the partner is willing to pay additional price. If used, update Factor #. Otherwise - delete
(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-6
Notice of Total Small Business Set-Aside (NOV 2020)
FAR 52.219-8
Utilization of Small Business Concerns (SEP 2021)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1
Buy American Supplies (JAN 2021)
FAR 52.225-3
Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.229-12
Tax on Certain Foreign Procurements (JUN 2020)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:

52.217-6 Option for Increased Quantity (MAR 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree.
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.211-6
Brand Name or Equal (AUG 1999)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)

The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to stephanie.cahill@va.gov by 3:00pm MST, September 15th, 2023.

Name and email of the individual to contact for information regarding the solicitation:

Stephanie Cahill
Stephanie.Cahill@va.gov

Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 11, 2023 10:42 am MDTCombined 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 >