Search Contract Opportunities

ManoScan Catheter   2

ID: 36C24224Q0837 • Type: Synopsis Solicitation

Description

Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular [2024-02, Effective Date 01/22/2024]. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Item [Part Number] Description Qty. 1 2192 MANOSCAN AR CATH REG X1 1 2 MSS-2599 BALLOON ARM 400CC 10-PACK X10 1 3 SRV-HRMARCATHEXW AR CATHETER EXTENDED WARRANTY 1 YEAR 1 4 FGS-8030 MANOVIEW AR V3.0 SOFTWARE KIT 1 The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 employees. The FSC/PSC is 6515. The VA Northport VA Medical Center requires one (1) Manoscan AR Catheter which will support the pelvic floor clinic providing services within the VAMC keeping patients within the VA health care system. Please provide brand name only items to meet the Northport VAMC Gastroenterology Service requirements listed below: Objective / Requirements: The Northport VAMC requires one (1) Manoscan AR Catheter which will allow the Northport VAMC Gastroenterology Service to obtain a comprehensive assessment of pressure activity in the rectum and anal sphincter with a single catheter placement. This advanced solution allows for the evaluation of patients with pelvic floor defecation disorders, including fecal incontinence and constipation. With this technology, clinicians can visualize anorectal events during a variety of maneuvers. Highly sensitive, intuitive, and easy-to-use software that decreases interpretation time and enables accurate diagnosis for anorectal disorders. This new catheter will be used in the Women s Clinic by the Gastroenterology doctors with the existing ManoScan system that we already own so no hardware will be needed to use this new catheter, this service will greatly support the pelvic floor clinic providing services within the VAMC keeping patients within the VA health care system. End-User Department / Point of Contact: Parkinson, Deborah (631) 261-4400 2427 Deborah.Parkinson@va.gov Delivery: VA Healthcare System Northport VAMC, Building 36 Warehouse 79 Middleville Road Northport, NY 11768 Warehouse POC: Laura Steenbuck, Supervisory Equipment Inventory Manager; laura.steenbuck@va.gov 631-261-4400 x 2723, Mobile: 631-521-4814 Estimated need date: August 23, 2024 The purchase order/contract period of performance is 30 days after receipt of award, delivery terms Destination. 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 Products and Commercial Services (SEP 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (NOV 2023) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (DEC 2023). The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEC 2022) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR 852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) VAAR 852.208-71 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments--Orders and BPAs (JAN 2023) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.215-71 Evaluation Factor Commitments (OCT 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.247-73 Packing for Domestic Shipment (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (DEC 2023) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) FAR 52.225-1 Buy American - Supplies FAR 52.225-2 Buy American Certificate FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.233-2 Service of Protest (SEP 2006) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure [OCT 2018] FAR 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (NOV 2023) All quoters shall submit the following: One (1) Copy. All quotes shall be sent to: sean.fitzmaurice@va.gov 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 following are the decision factors: Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Comparative Evaluations may be considered for this procurement. The government shall evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; or (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (1) Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST ( https://assist.dla.mil/online/start/). (ii) Quick Search ( http://quicksearch.dla.mil/). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than August 23, 2024, 1600 hours EST at sean.fitzmaurice@va.gov. 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 Sean Fitzmaurice Contract Specialist Network Contracting Office (NCO2) Brooklyn VA Campus 800 Poly Place, Brooklyn, NY New York, NY 11209 (718)439-4308 sean.fitzmaurice@va.gov
Background
This solicitation is issued by the Department of Veterans Affairs, Network Contracting Office 2, for the acquisition of commercial products and services. The goal is to procure a Manoscan AR Catheter to support the pelvic floor clinic at the Northport VA Medical Center, enhancing patient care within the VA health care system. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).

Work Details
The following items are required:
1. Part Number: 2192 - Description: MANOSCAN AR CATH REG X1 - Qty: 1
2. Part Number: MSS-2599 - Description: BALLOON ARM 400CC 10-PACK - Qty: 1
3. Part Number: SRV-HRMARCATHEXW - Description: AR CATHETER EXTENDED WARRANTY 1 YEAR - Qty: 1
4. Part Number: FGS-8030 - Description: MANOVIEW AR V3.0 SOFTWARE KIT - Qty: 1

The Manoscan AR Catheter will allow comprehensive assessment of pressure activity in the rectum and anal sphincter with a single catheter placement, aiding in the evaluation of pelvic floor defecation disorders such as fecal incontinence and constipation.

Period of Performance
30 days after receipt of award.

Place of Performance
VA Healthcare System, Northport VAMC, Building 36 Warehouse, 79 Middleville Road, Northport, NY 11768.

Overview

Response Deadline
Aug. 23, 2024, 4:00 p.m. EDT Past Due
Posted
Aug. 16, 2024, 3:37 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
VA Healthcare System Northport VAMC, Building 36 Warehouse Northport, NY 11768 United States
Source
SAM
Links
VHA

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 7 days, below average for the VISN 2: New York/New Jersey VA Health Care Network. 90% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 8/16/24 VISN 2: New York/New Jersey VA Health Care Network issued Synopsis Solicitation 36C24224Q0837 for ManoScan Catheter due 8/23/24. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 334510 (SBA Size Standard 1250 Employees) and PSC 6515.
Primary Contact
Title
Contract Specialist
Name
Sean Fitzmaurice   Profile
Phone
(718) 439-4308

Documents

Posted documents for Synopsis Solicitation 36C24224Q0837

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C24224Q0837

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C24224Q0837

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24224Q0837

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24224Q0837

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24224Q0837

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 242-NETWORK CONTRACT OFFICE 02 (36C242)
FPDS Organization Code
3600-00242
Source Organization Code
100186522
Last Updated
Aug. 26, 2024
Last Updated By
Sean.Fitzmaurice@va.gov
Archive Date
Aug. 26, 2024