Skip to main content

An official website of the United States government

You have 2 new alerts

6515--ConnectAssure Annual Subscription (Brand name or Equal)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: May 19, 2022 02:11 pm EDT
  • Original Date Offers Due: May 27, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 26, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Baltimore VAMHCS Baltimore , MD 21201
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24522Q0598 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2022. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be competed unrestricted in the open market. The North American Industry Classification System (NAICS) code is 334118, Computer Terminal and other Computer Peripheral Equipment Manufacturing and the size standard is 1,000 employees. (v) The Baltimore VA Medical Center is seeking to purchase a brand name or equal Steris ConnectAssure Annual Subscription license. This requirement consists of one (1) line item: Item number Product Description Unit of Measure Quantity CATSUB3030 ConnectAssure Technology Annual Subscription enables Data Export from Capital Equipment Year 10 PERIOD OF PERFORMANCE: July 1, 2022 June 30, 2023, plus 4 Option Years STATEMENT OF WORK: Overview: Tracking enhances the ability of VA to ensure patient and staff safety by providing reasonable assurance that instruments have been processed in accordance with regulatory guidelines and individual instrument manufacturer s Instructions for Use (IFU) for reusable medical equipment (RME) and dental/medical-surgical instrumentation. Objective: The Sterile Processing Inventory and Workflow Management Solution shall establish a solid foundation of enterprise-wide compliance with generally accepted recommendations from the World Health Organization (WHO), Centers for Disease Control and Prevention (CDC), Association of perioperative Registered Nurses (AORN), The Joint Commission (TJC), International Organization for Standardization (ISO), International Association of Healthcare Central Service Materiel Management (IAHCSMM), Association for the Advancement of Medical Instrumentation (AAMI), and applicable VA Directives and Handbooks. Scope: The Sterile Processing Inventory and Workflow Management Solution shall record the location, time stamp, and the status of a device/instrument/surgical container (set), etc. as it goes through the Sterile Processing System (SPS) reprocessing workflow. Locations to be scanned include, but may not be limited to Decontamination, Assembly and Preparation, Sterilization, Quality Assurance (QA), and Storage areas. Within these locations, there will be at least one scan point where work instructions are needed, a work step needs to be recorded, and/or a location update is required. Facility processes, number of stations, physical layout, and the complexity of the workflow in a facility may increase the number of scan points in each area. A ConnectAssure subscription enables one STERIS product to export data for 12 months. This subscription also includes technical support, software code maintenance and security updates, as required, and must be renewed annually. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (vii) All material shall be used by Baltimore VA Medical Center. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the 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. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1500 on Friday, May 27, 2022. Questions are due No later than 1600 on Wednesday, May 25, 2022, eastern standard time. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.

Contact Information

Contracting Office Address

  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 26, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)