DEPARTMENT OF VETERANS AFFAIRS has floated a tender for Lease For Alaris Pump System. The project location is USA and the tender is closing on 27 Jun 2016. The tender notice number is VA26216Q0964, while the TOT Ref Number is 7057505. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : USA

Summary : Lease For Alaris Pump System

Deadline : 27 Jun 2016

Other Information

Notice Type : Tender

TOT Ref.No.: 7057505

Document Ref. No. : VA26216Q0964

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Name :Login to see tender_details

Address : Login to see tender_details

Email : Login to see tender_details

Login to see details

Tender Details

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6 -- streamlined procedures for evaluation and solicitation for commercial items, in conjunction with far -- part 13 simplified acquisition procedures; and supplemented with additional information included in this notice.

The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular 2005-80, effective 02 mar 2015.

This combined synopsis/solicitation is issued as a request for quotes (rfq) and constitutes the only solicitation. The government intends to award a single firm-fixed price (ffp) award with a base year and up to one (1) option year.

This combined synopsis/solicitation shall be issued as unrestricted under naics code 339112 with a size standard of 500. An award will be made to the lowest priced technically acceptable quote.

Schedule of supplies and services

the schedules below reflect prices for one year per va medical center shown. Items below may be replaced with technically equal solutions. The item description column shall include a specific make, model, and item number of the required product for service.

Schedule

base year

line item number item description quantity period of performance price extended price

san diego vamc

1. Alaris system point of care units - 8015 113 7/1/2016 - 6/30/17

2. Alaris system lvp pumping modules - 8100 190 7/1/2016 - 6/30/17

3. Alaris 8110 syringe module 4 7/1/2016 - 6/30/17

4. Alaris system pca - 8120 20 7/1/2016 - 6/30/17

5. Alaris system etco2 - 8300 20 7/1/2016 - 6/30/17

base year total

option year 1

line item number item description quantity period of performance price extended price

san diego vamc

1. Alaris system point of care units - 8015 113 7/1/2017 - 6/30/18

2. Alaris system lvp pumping modules - 8100 190 7/1/2017 - 6/30/18

3. Alaris 8110 syringe module 4 7/1/2017 - 6/30/18

4. Alaris system pca - 8120 20 7/1/2017 - 6/30/18

5. Alaris system etco2 - 8300 20 7/1/2017 - 6/30/18

option year 1 total

contract total

place of performance:

va san diego healthcare system

3350 la jolla village drive

san diego, ca 92161

va san diego healthcare system (vasdhs) requires a contract for the lease of alaris pumps, modules and all other related hardware and software including warranty, equipment check-in services, software updates and pm s through the rental/lease period. All work must be performed in accordance with the attached statement of work (sow).

List of attachments:

1. Statement of work

the following clauses apply:

far 52.212-1 - instructions to offerors applies to this acquisition

provision addenda: all quotes shall include the following minimum information: cage code, duns number, taxpayer i.d. No., payment terms, and/or discount terms, offerors reps and certs, point of contact, phone, fax, email and proposed delivery schedule. Prospective vendors must be registered in the system for award management (sam) database prior to contract award. Lack of sam registration shall be a determining factor for contract award. Prospective vendors should visit the sam website at http://www.sam.gov to register.

--all quotations must specify a per-machine price for the period specified for the base year and option year.

Far 52.212-2 - evaluation - commercial items: contract award will be made to the responsive offeror whose offer is the lowest price and meets all technical criteria set forth in this solicitation. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.

Far 52.212-3 - offeror representations and certifications - commercial items: an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the system for award management (sam) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

Far 52.212-4 - terms and condition - commercial applies to this acquisition

far 52.212-5 - contract terms and conditions required to implement statutes or executive orders

the following additional provisions or clauses are specific to this particular requirement:

far 52.211-6 - brand name or equal

far 52.217-5 - evaluation of options

far 52-217-8 - option to extend services.

Far 52.217-9 - option to extend the term of the contract.

Far 52.237-2 - protection of government buildings, equipment, and vegetation

vaar 852.237-70 - contractor responsibilities

vaar 852.203-70 - commercial advertising

vaar 852.232-72 - electronic submission of payment requests

submit all question(s) to johnny kim at johnny.kim@va.gov no later than 27 july 2016, 9:00 am pacific standard time (pst). Ensure to reference solicitation # va262-16-q-0964 - alaris pumps within the subject line of the email. All questions and answers will be posted to this solicitation via an amendment no later than june 23, 2015, 3:00 pm pst.

All responsible sources may submit a quotation via email which shall be considered. Ensure to reference solicitation # va262-16-q-0964 - alaris pumps within the subject line of the email. Quotes may be emailed to the contract specialist, johnny kim at johnny.kim@va.gov no later than 27 july 2016, 9:00am pst.

Statement of work (sow)

as of 05/30/2016

contract number:

task order number:

ifcap tracking number: 664-16-3-056-5736

follow-on to contract and task order number: not applicable

1. Contracting officer s representative (cor).

Name: steve colbird

section: logistics

address: 3350 la jolla village dr san diego, ca 92161

phone number: 858-642-7840

fax number: n/a

e-mail address: steven.colbird@va.gov

2. Contract title.

Carefusion alaris pump lease

3. Background.

The lease of the alaris infusion pumps is required to replace half of the infusion pumps on an existing lease agreement. The facility is transitioning from leasing infusion pumps to owning the devices. Only half of the needed equipment was purchased and this lease covers the other half.

4. Scope.

The vendor shall provide carefusion alaris infusion pumps at the la jolla campus of va san diego healthcare system.

5. Specific tasks.

Vendor shall provide the following types and quantities of infusion pumps. Vendor shall provide an annual license agreement for carefusion software maintenance service. Vendor shall provide equipment check-in services, when needed: which include unboxing equipment and performing functional tests, otherwise known as technical inspections, to ensure safe function of equipment. Vendor shall also warrantee and replace of defective leased units when needed. Vendor shall provide documentation to summarize technical inspection findings. Vendor shall provide monthly invoicing for lease through ob-10/tungsten portal.

Item # model number product description quantity

1 8015 next generation alaris pc unit 113

2 8100 alaris pump module 190

3 8110 alaris syringe module 4

4 8120 alaris pca module 20

5 8300 alaris etco2 module 20

6 n/a equipment check-in services n/a

7 n/a software management services n/a

6. Performance monitoring

performance will be monitored by the cor and will include a count of the equipment shipped to the facility and a product sampling to ensure the pumps function according to manufacturer s specifications.

7. Security requirements

patient health information and other va sensitive information will not be utilized in the course of the contract. All wireless security keys will be entered by va personnel, and will not be given to the vendor.

8. Government-furnished equipment (gfe)/government-furnished information (gfi).

Gfe/gfi will not be provided.

9. Other pertinent information or special considerations.

A. Identification of possible follow-on work.

Not applicable

b. Identification of potential conflicts of interest (coi).

Coi not identified

c. Identification of non-disclosure requirements.

Sensitive and protected information will not be utilized

d. Packaging, packing and shipping instructions.

Shipping address is the following:

va san diego healthcare system

3350 la jolla village drive

san diego, ca 92161

e. Inspection and acceptance criteria.

Equipment will be inspected and accepted based on the technical inspection performed according to the standards of biomedical engineering at va san diego healthcare system. Infusion pumps must function according to manufacturer s specifications through the entire lease period projected through 2018 and/or beyond as va san diego healthcare system dictates.

10. Risk control

not applicable

11. Place of performance.

Work will take place at the following va san diego location:

3350 la jolla village drive

san diego, ca 92161

12. Period of performance.

Period of performance for equipment will be coordinated after infusion pump shipment is received at va san diego and will start from 01 july 2016 through 30 june 2018. Estimated time-frame is 1 year with an optional year of lease and service work.

13. Delivery schedule.

Sow task# deliverable title format number calendar days after co start

1 equipment shipment not applicable 347 upon delivery

2 equipment check-in services contractor-determined format, field service report 1, standard distribution upon completion of check-in services, estimated 1 week after equipment shipment

* standard distribution: 1 copy of the transmittal letter without the deliverable to the contracting officer shall be

emailed. Please consult the list of document viewers if you cannot open a file.
Attachment
type: other (draft rfps/rfis, responses to questions, etc..) label:
attachment
posted date: june 22, 2016 https://www.vendorportal.ecms.va.gov/fbodocumentserv...
Https://www.vendorportal.ecms.va.gov/fbodocumentserver/documentserver.aspx?documentid=2820818&filename=va262-16-q-0964-000.docx
to copy full link address, right-click and select "copy shortcut" or "copy link location."description: va262-16-q-0964 va262-16-q-0964.docx

65 -- medical, dental & veterinary equipment & supplies
naics code:
339 -- miscellaneous manufacturing/339112 -- surgical and medical instrument manufacturing

339 -- miscellaneous manufacturing/339112 -- surgical and medical instrument manufacturing
for help: federal service deskaccessibility
added: jun 22, 2016 12:25 pm

Documents

 Tender Notice


Procurement Documents for USA

Access a comprehensive library of standard procurement documents specific to USA. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in USA

Explore Procurement Documents for USA


Want To Bid in This Tender?

Get Local Agent Support in USA and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?