Combine Solicitation – 65– ANESTHESIA WORKSTATION
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 65-- ANESTHESIA WORKSTATION
Classification Code: 65 - Medical, dental & veterinary equipment & supplies
Solicitation Number: VA26114Q0518
Contact: [email protected] mailto:[email protected]
Description:
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 8.405-6. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to
Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 effective
The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1 ANESTHESIA WORKSTATION G4 PAR LOCATION (AWS)
LOCAL STOCK NUMBER: ANT-FRM-001 - 1.00 EA __________________ __________________
2 AWS G4 2D ITEM SCAN
LOCAL STOCK NUMBER: ANT-SCN-002 - 1.00 EA __________________ __________________
3 12-BIN LOCKING DRAWER
LOCAL STOCK NUMBER: OLL12 - 1.00 EA __________________ __________________
4 FLEXBIN 2222 SINGLEDOSE DRWR GUIDE LIGHT
LOCAL STOCK NUMBER: MDA-DRW-001 - 1.00 EA __________________ __________________
5 EXTERNAL RETURN BIN INSTALLED
LOCAL STOCK NUMBER: MDA-OPT-001 - 1.00 EA __________________ __________________
6 ANES WRKST AUX FOLD-OUT SHLF
LOCAL STOCK NUMBER: ANT-OPT-001 - 1.00 EA __________________ __________________
7 TOUCH & GO ANESTHESIA G4
LOCAL STOCK NUMBER: ANT-IDR-005 - 1.00 EA __________________ __________________
8 AWS G4 WASTE/SHARPS BASKET
LOCAL STOCK NUMBER: ANT-OPT-011 - 1.00 EA __________________ __________________
9 ANES OVERRIDE BREAKAWAY KITLOCAL STOCK NUMBER: ANT-OPT-007 - 1.00 EA __________________ __________________
10 ANESTHESIA WORKSTATION G4 4 TILT BIN
LOCAL STOCK NUMBER: ANT-OPT-008 - 1.00 EA __________________ __________________
11 ANESTHESIA WORKSTATION G4 5 TILT BIN
LOCAL STOCK NUMBER: ANT-OPT-009 - 1.00 EA __________________ __________________
12 ANESTHESIA WORKSTATION G4 6 TILT BIN
LOCAL STOCK NUMBER: ANT-OPT-010 - 1.00 EA __________________ __________________
13 SUPPORT SERVICES FOR 1ST YEAR FOR ANESTHESIA WORKSTATION G4
LOCAL STOCK NUMBER: SUPPORT - 12.00 MO __________________ __________________
14 OMNIRX-TT G4 PAR LOCATION (EYE CLINIC)
LOCAL STOCK NUMBER: MDA-FRM-006 - 1.00 EA __________________ __________________
15 12-BIN LOCKING DRAWER
LOCAL STOCK NUMBER: OLL12 - 1.00 EA __________________ __________________
16 12-BIN SENSING DRAWER
LOCAL STOCK NUMBER: OSL12 - 1.00 EA __________________ __________________
17 24-BIN SENSING DRAWER
LOCAL STOCK NUMBER: OSL24 - 1.00 EA __________________ __________________
18 2D SAFETYSTOCK G4 (OMNIRX, TT, HALF RX)
LOCAL STOCK NUMBER: MDA-SCN-003 - 1.00 EA __________________ __________________
19 MEDICATION LABEL PRINTER (G4 LID)
LOCAL STOCK NUMBER: MDA-PNT-002 - 1.00 EA __________________ __________________
20 TOUCH & GO FOR G4 LID CONSOLE
LOCAL STOCK NUMBER: SRD-IDR-021 - 1.00 EA __________________ __________________
21 EXTERNAL RETURN BIN INSTALLED
LOCAL STOCK NUMBER: MDA-OPT-001 - 1.00 EA __________________ __________________
22 FLEXLOCK WITH TEMPCHECK (50FT) INSTL G4
LOCAL STOCK NUMBER: MSA-OPT-006 - 1.00 EA __________________ __________________
23 SUPPORT SERVICES FOR 1ST YEAR FOR OMNIRX-TT G4, MEDICATION LABEL PRINTER, AND FLEXLOCK WITH TEMPCHECK IN MATHER EYE CLINIC
LOCAL STOCK NUMBER: SUPPORT - 12.00 MO __________________ __________________
24 OMNIRX-TT G4 PAR LOCATION (FIRST FLOOR COSS)
LOCAL STOCK NUMBER: MDA-FRM-006 - 1.00 EA __________________ __________________
25 12-BIN LOCKING DRAWER
LOCAL STOCK NUMBER: OLL12 - 1.00 EA __________________ __________________
26 12-BIN SENSING DRAWER
LOCAL STOCK NUMBER: OSL12 - 1.00 EA __________________ __________________
27 24-BIN SENSING DRAWER
LOCAL STOCK NUMBER: OSL24 - 1.00 EA __________________ __________________
28 2D SAFETYSTOCK G4 (OMNIRX, TT, HALF RX)
LOCAL STOCK NUMBER: MDA-SCN-003 - 1.00 EA __________________ __________________
29 MEDICATION LABEL PRINTER (G4 LID)
LOCAL STOCK NUMBER: MDA-PNT-002 - 1.00 EA __________________ __________________
30 TOUCH & GO FOR G4 LID CONSOLE
LOCAL STOCK NUMBER: SRD-IDR-021 - 1.00 EA __________________ __________________
31 EXTERNAL RETURN BIN INSTALLED
LOCAL STOCK NUMBER: MDA-OPT-001 - 1.00 EA __________________ __________________
32 FLEXLOCK WITH TEMPCHECK (50FT) INSTL G4
LOCAL STOCK NUMBER: MSA-OPT-006 - 1.00 EA __________________ __________________
33 SUPPORT SERVICES FOR 1ST YEAR FOR OMNIRX-TT G4, MEDICATION LABEL PRINTER, AND FLEXLOCK WITH TEMPCHECK IN SURGICAL SPECIALTY FIRST FLOOR CLINIC
LOCAL STOCK NUMBER: SUPPORT - 12.00 MO __________________ __________________
34 OMNICENTER BASE HARDWARE UPGRADE (RACK) PAR LOCATION (SERVER)
LOCAL STOCK NUMBER: OMC-SRV-038 - 1.00 EA __________________ __________________
35 SUPPORT SERVICES FOR 1ST YEAR FOR OMNICENTER BASE HARDWARE
LOCAL STOCK NUMBER: SUPPORT - 12.00 MO __________________ __________________
GRAND TOTAL __________________
Note: Offers of "equal" products - Offeror must clearly indicate in its offer that the product being offered is an "equal" product. The "equal" product must have the same physical, functional, or performance characteristics as the items referenced above. The "equal" product and its replacement parts must be interchangeable with
Only electronic offers will be accepted.
SOLICITATION PROVISIONS/CONTRACT CLAUSES:
FSS RFQ INTRODUCTORY LANGUAGE
C.1 FSS RFQ INTRODUCTORY LANGUAGE
The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence.
C.2 VAAR 852.211-73 BRAND NAME OR EQUAL (
(Note: as used in this clause, the term "brand name" includes identification of products by make and model.)
(a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
(b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
(i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
(ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
(End of Clause)
C.3 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the
(1) Awards made to foreign vendors for work performed outside
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
C.4 VAAR 852.246-70 GUARANTEE (
The contractor guarantees the equipment against defective material, workmanship and performance for a period of 12 months, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental
(End of Clause)
C.5 VAAR 852.246-71 INSPECTION (
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.
(End of Clause)
Contracting Office Address:
Phone: 650-493-5000 X65825
Fax: 650-496-2546
Link/URL: https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26114Q0518/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2175 |



Advisor News
- Trump bets his tax cuts will please Las Vegas voters on his swing West
- Lifetime income is the missing link to global retirement security
- Don’t let caregiving derail your clients’ retirement
- The ‘magic number’ for retirement hits $1.45M
- OBBBA can give small-business clients opportunities for saving
More Advisor NewsAnnuity News
- Annuity industry grapples with consolidation, innovation and planning shifts
- Human connection still key in the new annuity era
- Lifetime income is the missing link to global retirement security
- ‘All-weather’ annuity portfolios aim to sharply limit rainy days
- Annuity income: The new 401(k) standard?
More Annuity NewsHealth/Employee Benefits News
- Navigator cuts leave Americans with less help to find Obamacare plans
- Health care deductibles could double, triple after School Board vote
- Trump admin seeks health-care price transparency
- OID approved in effort to make health coverage more affordable
- MEDICAID COST-SHARING COVERAGE VETO SUSTAINED
More Health/Employee Benefits NewsLife Insurance News
- National Life Group Releases its 2025 Annual Report and Business Highlights
- Is life insurance through an employer enough?
- Best’s Market Segment Report: Australia’s Non-Life Insurance Segment Navigating Growth in a Volatile Landscape
- AI and life insurance: Fast today, unpredictable tomorrow
- Judge allows PHL policyholders to intervene, denies ‘premium holiday’
More Life Insurance News