DOCUMENT
65 -- Home Sleep Testing Systems - Attachment
- Notice Date
- 8/1/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road;Pittsburgh, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- VA24417Q1455
- Response Due
- 8/4/2017
- Archive Date
- 9/3/2017
- Point of Contact
- johnny.barton@va.gov
- E-Mail Address
-
johnny.barton@va.gov
(johnny.barton@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- (i) This is a combined synopsis/solicitation for Wireless Home Sleep Testing Systems, BRAND NAME OR EQUAL, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is VA244-17-Q-1455 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339112 has a small business size standard of 1000. (v) Contract Line Items (CLIN): Contract Line Item Number (CLIN) DESCRIPTION OF SUPPLIES QUANTITY Unit of Issue UNIT PRICE AMOUNT 0001 Brand name or equal to Alice NightOne Wireless Home Sleep Testing System 50.00 EA 0002 Cannula Pro-Flow Nasal Adult 16 (60/Case) 1.00 EA GRAND TOTAL (vi) Comparable products must be brand name or equal in the following specifications: The units must be brand name or equal to the Alice NightOne Wireless Home Sleep Testing System. The unit must have the following abilities/capabilities: Must be portable, small and discrete enough for the Veteran to take home and not interfere with the sleep patterns of the Veteran undergoing the home sleep monitoring test. Have a weight of no more than 3 oz., not including sensors or batteries. Small footprint such as 4 length, 1 width, 3 height, or similar Power requirements should be readily available off the shelf, such as 2 AA batteries, rechargeable or non-rechargeable. Have wireless capability, Bluetooth or similar Must include SpO2 cable, with SpO2 flinger clip and flex sensor Sensor must be able to detect and note on the reading, the following sleeping positons: Prone (face down) Supine (face up) Right side Left side Upright Final read out report must provide the following information P-Flow Snore Thorax SpO2 Pulse rate Pleth Body position Must be compatible with Windows-7 operating system Must be able to be reused; previous sleep study and log file data can be deleted or erased from portable home system (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to johnny.barton@va.gov and received no later than 1:00pm EST on Friday August 4, 2017. Quote may be submitted on this document or the vendor s own form. (xvi) For information regarding the solicitation, please contact John Barton at johnny.barton@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1455/listing.html)
- Document(s)
- Attachment
- File Name: VA244-17-Q-1455 VA244-17-Q-1455.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3704121&FileName=VA244-17-Q-1455-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3704121&FileName=VA244-17-Q-1455-000.docx
- File Name: VA244-17-Q-1455 Combined Synopsis Solicitation Brand Name or Equal.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3704122&FileName=VA244-17-Q-1455-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3704122&FileName=VA244-17-Q-1455-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-17-Q-1455 VA244-17-Q-1455.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3704121&FileName=VA244-17-Q-1455-000.docx)
- Place of Performance
- Address: Wilmington VAMC;1601 Kirkwood Hwy;Wilmington, DE
- Zip Code: 19805
- Zip Code: 19805
- Record
- SN04606238-W 20170803/170801231635-b3865295ae8810ddc8799fb0e782860b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |