SOLICITATION NOTICE
66 -- nnd EasyOne Pro Lab Respiratory Analysis System (2 units)
- Notice Date
- 4/20/2020 1:58:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E20Q0128
- Response Due
- 4/27/2020 12:00:00 AM
- Archive Date
- 06/26/2020
- Point of Contact
- Ms. Millicent Covert millicent.covert@va.gov
- E-Mail Address
-
Millicent.Covert@va.gov
(Millicent.Covert@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E20Q0126. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Minneapolis VA Medical Center has a requirement to purchase two New Diagnostic Design EasyOne Pro Lab Respiratory Analysis Systems for the Research Department. A firm-fixed price contract will be awarded for the purchase of Brand Name equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required NDD equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS The following equipment is required: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 ndd EasyOne Pro Lab Respiratory Analysis System Includes: HP Officejet 200 Portable Printer Spirettes, 50/Pack Bariettes, 50/Pack FRC Bariettes, Case of 40 1 Year Extended Warranty ndd Medical Technologies - In-Service/Training Delivery Address for Unit 1: Minneapolis VA Healthcare System (MVAHCS) One Veterans Drive Minneapolis, MN 55417 STOCK NUMBER: 3100-00 1.00 EA 0002 ndd EasyOne Pro Lab Respiratory Analysis System Includes: HP Officejet 200 Portable Printer Spirettes, 50/Pack Bariettes, 50/Pack FRC Bariettes, Case of 40 1 Year Extended Warranty ndd Medical Technologies - In-Service/Training Delivery Address for Unit 2: Michael E. DeBakey VAMC 2002 Holcombe Blvd Houston, TX 77030 STOCK NUMBER: 3100-00 1.00 EA 1.3 Product Capabilities & Salient Characteristics: The EasyOne Pro Lab device is a small, tabletop device, which offers expanded capabilities to reliably characterize lung function. This device runs on EasyOne Connect Software, which is TRM (VA) approved. This device is necessary for ongoing pulmonary Veteran-based research projects and has been proven to be an effective device for replacing existing software. It is also compatible with other devices in the laboratory. This device measures lung function, a critical component of research being performed as part of Dr. Wendt s study protocol. Along with merits from Boston and Houston, hers is also linked with the parent study at the Seattle VA. Subjects will be recruited from all 4 sites and all participants will have the same lung function measurements. Both Seattle and Boston sites have already obtained the EasyOne equipment. It is crucial for the Minneapolis and Houston VAMCs to obtain the same spirometry equipment for standardization and continuity of research. The evaluation of quotes shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. 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. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation # 36C24E20Q0126 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Monday, April 27, 2020 NLT 11:59 AM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d78b61d180f34e898dcda5b24b90a948/view)
- Place of Performance
- Address: Minneapolis VAMC;Houston VAMC
- Record
- SN05626851-F 20200422/200420230147 (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 |