SOLICITATION NOTICE
65 -- BRAND NAME SMALL BUSINESS SET-ASIDE: ADVANCED BRAIN MONITORING X24 B-ALERT ELECTROENCEPHALOGRAPHY (EEG) EQUIPMENT
- Notice Date
- 2/4/2020 6:06:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783 USA
- ZIP Code
- 20783
- Solicitation Number
- W911QX20Q0037
- Response Due
- 2/4/2020 8:59:00 AM
- Archive Date
- 02/19/2020
- Point of Contact
- Dale M. Brunson, Phone: 3013941200
- E-Mail Address
-
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation Number: W911QX20Q0037 � Title: SMALL BUSINESS SET-ASIDE FOR ADVANCED BRAIN MONITORING X24 B-ALERT ELECTROENCEPHALOGRAPHY (EEG) EQUIPMENT � Classification Code: 65 � NAICS Code: 339112 - Surgical and Medical Instrument Manufacturing � Response Date: Five (5) days after posting due via email to the Primary Point of Contact listed in the beta.SAM.gov webpage for this combined synopsis-solicitation. � Description: Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: � THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. � This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 is effective January 15, 2020 For purposes of this acquisition, the associated NAICS code is 339112. The small business size standard is 1000 Employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 � X24 B-Alert Disposable EEG Sensor Kits capable of performing 25 recordings (OEM XM24-4321), QTY:� Two (2) CLIN 0002 � X24 B-Alert replacement Sensor Strips (10-20, small) (OEM, XM35-4202), QTY:� Two (2) CLIN 0003 � X24 B-Alert replacement Sensor Strips (10-20, medium) (OEM, XM35-4201), QTY:� Four (4) CLIN 0004 � Shipping and Handling, QTY:� One (1) Specifications/Requirement: N/A � Brand Name � Delivery: Delivery is required no later than (NLT) four (4) weeks after contract award (ACA). Delivery shall be made to 905 Burnett Avenue, Apt #2, San Francisco, CA� 94131, USA. Acceptance shall be performed at 905 Burnett Avenue, Apt #2, San Francisco, CA� 94131, USA. The FOB point is Destination. � Clauses: � The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: � In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� � Technical Acceptability: � The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� � Past Performance: � Past performance will be evaluated on an acceptable/unacceptable rating basis. An �Acceptable� rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An �Unacceptable� rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit two (2) records of past performance from the past 12 months with their offer. Only offerors rated �Acceptable� will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated �Acceptable�. � Price: � Price will be evaluated based on the total proposed price, including options, (if any). Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE � The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2018-O0021) (Sep 2018) and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: � FAR: 52.219-6:� NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) ** Use DEVIATION 2019-O0003 until further notice 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION 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) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014) 52.247-64: PREFERENCE FOR PRIVATELY OWNED U.S. - FLAG COMMERCIAL VESSELS (FEB 2006) � DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000: BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): � FAR/DFARS: 52.203-19: PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-7: SYSTEM FOR AWARD MANAGEMENT 52.204-13: SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.225-18: PLACE OF MANUFACTURE (AUG 2018) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) � 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) � FAR/DFARS FILL-IN CLAUSES 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) � ADELPHI LOCAL CLAUSES: ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � San Francisco, CA EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING PAYMENT TERMS SOLICIT ONLY ONE SOURCE BRAND NAME OR EQUAL This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A � The following notes apply to this announcement:� N/A Place of Performance: 905 Burnett Avenue, Apt #2, San Francisco, CA� 94131, USA Set Aside:� Total Small Business
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1fc9381b426945149ae08536854843bd/view)
- Place of Performance
- Address: San Francisco, CA 94131, USA
- Zip Code: 94131
- Country: USA
- Zip Code: 94131
- Record
- SN05551942-F 20200206/200204230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |