SOLICITATION NOTICE
65 -- SonoSite Edge II Ultrasound System
- Notice Date
- 8/24/2020 2:46:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25920Q0660
- Response Due
- 8/31/2020 1:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- Paul Zorch (CO), Matt Zorch, Phone: 303-712-5803
- E-Mail Address
-
paul.zorch@va.gov
(paul.zorch@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 2 of 2 Request for Quote (RFQ) #: 36C25920Q0660 Sonosite Edge II Ultrasound System 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. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to Matt Zorch at paul.zorch@va.gov no later than 4:00pm EST, August 31, 2020. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25920Q0660. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 effective August 13, 2020. The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 employees. This solicitation is set aside for SDVOSB concerns. List of Line Items; Line Item Description Quantity Unit Unit Price Total Price 0001 SonoSite Edge II Ultrasound System 1 EA 0002 Steep Needle Profiling Technology (SNP) 1 EA 0003 Color Application Package, SonoSite EDGE II 1 EA 0004 DICOM (Print, Store, Worklist, MPPS, Storage Commit) 1 EA 0005 HFL38xi / 13-6 MHz transducer Biopsy Compatible 1 EA 0006 L25X / 13-6 MHZ Transducer Transverse Biopsy Compatible 1 EA 0007 rP19x / 5-1 MHz Transducer 1 EA 0008 Power Pack 1 EA 0009 EDGE Stand 1 EA 0010 2.4GHZ, 5GHZ FIPS Wireless Security 1 EA 0011 UPX898 Sony B and W Digital and Analog Printer 1 EA 0012 Triple Transducer Connect (TTC) w/ quick disconnect 1 EA 0013 SonoSite EDGE II Ultrasound System User Guide English 1 EA 0014 SonoSite EDGE II Ultrasound System Service Manual 1 EA 0015 SonoSite EDGE II Ultrasound System Service Manual 1 EA 0016 5-YR-WARRANTY - 60 MONTHS - STANDARD COVERAGE WARRANTY 1 EA Grand Total: Description of Requirements for the items to be acquired (salient characteristics); Sonosite Edge II Ultrasound System Specifications: 1.Dimensions: 12.8 x 12.1 x 2.5 / 32.6 cm x 30.7 cm x 6.4 cm (L x W x H) 2.9.21 lbs / 4.1.8 kg with battery, 8.37 lbs / 3.80 kg without battery 3.Monitor: 12.1 / 30.7 cm diagonal LCD (NTSC or PAL) with chemically etched glass layer 4.Monitor Viewing Angle: 85 degrees up/down/left/right 5.System Boot up: < 25 seconds from power-on to scanning 6.Image Size: 185 mm x 138 mm 7.Screen Size: 12.1 (246 mm x 138 mm) 8.Screen Resolution: 800 x 600 9.Architecture: All digital broadband 10.Gray Scale: 256 shades 11.Dynamic Range: Up to 165 dB 12.HIPAA Compliance: Comprehensive tool set 13.The system shall withstand a drop from a height of 3 feet/91.4 cm. The system shall be safe andfunction normally after these drops. 14.Clinical display brightness: max 450 cd/m2, default (level 8) at 350 cd/m2 Warranty & Service 1.Five-year standard warranty on the system. 2.Five-year standard warranty on rP19x, rC60xi, ICTx, L38xi, L25x, HFL50x, HFL38xi, HSL25x, P10x,C35x and C11x transducers. 3.One-year standard warranty on battery and accessories carrying the manufacturer s labelexcluding the system. 4.Next business day loaner or replacement where available (Next-day shipping not available in allgeographical locations). ducer Specifications Transducers will withstand a drop from a height of 3 feet/ 91.4 cm and remain functional and safe after these drops. Excludes TEExi Transducer Exam Types Bandwidth (MHz) Elements Scan Depth (cm) Needle Guide Armored Cable option P10x Abd, Crd, Neonatal 8-4 64 14 fixed angle C11x Abd, Art, Neonatal, Nrv, Ven, (vet) 8-5 96 13.5 HFL38xi Nrv, Msk, Bre, Smp, Ven, Art, Lung, Oph 13-6 192 6 multiple fixed angle variable angle Yes HSL25x Nrv, Ven, Art, Msk, Lung, Sup, Oph 13-6 128 6 L52x (vet) OB, Arterial, Msk 10-5 128 15 Yes rP19x Abd, Crd, lung, OB, TCD, ORB 5-1 64 35 Yes rC60xi Abd, OB, Gyn, Msk, Nrv 5-2 128 30 multiple fixed angle variable angle Yes ICTx OB, Gyn 9-5 128 13 fixed angle L38xi Art, Ven, Nrv, Smp, lung 10-5 128 9 multiple fixed angle variable angle L25x Art, Ven, Msk, Nrv, Sup, Oph, lung 13-6 128 6 variable angle transverse Yes C35x Abd, Msk, Nrv, OB, Spine 8-3 128 15 multiple fixed angle variable angle C8x Prostate 8-5 11.5 TEExi Crd 8-3 64 18 HFL50x Bre, Msk, Nrv, Smp 15-6 256 6 multiple fixed angle variable angle Image Modes 1.2D/B-modea.Broadband Imaging b.Tissue Harmonic Imaging (THI) c.Steep needle profiling (SNP) 2.Velocity Color Doppler (CVD) 3.Color Power Doppler (CPD) 4.Pulsed Wave Doppler (PW) 5.Pulsed Wave Tissue Doppler (TDI) 6.Continuous Wave Doppler (CW) 7.ECG 8.M-Mode (Distance and time measurements, heart rate calculations) Steep Needle Profiling Available on these transducers and exams: 1.HFL50x: Breast, MSK, Nerve, Small Parts 2.L38xi: Nerve 3.L25x: Nerve, Venous, Arterial, MSK 4.HSL25x: Nerve, Venous, Arterial, MSK 5.HFL38xi: Breast, MSK, Nerve, Small Parts, Arterial, Venous 6.rC60xi: MSK, Nerve 7.C35x: Nerve, MSK, Spine B-Mode Imaging 1.B-mode Controls:a.Depth b.2D Mode (Near, Far, and Overall Gain) c.Autogain d.2D Mode THI e.2D optimization (Res, Gen, Pen) f.SonoMB on/off g.Dynamic Range (7) h.Image Orientation (U/R, U/L, D/L, D/R 2.Screen depth: 1.5 35cm 3.Support acquisition frame rate up to 150Hz. 4.B-mode Imaging features a.Tissue harmonic imaging (THI): transmit at a low frequency and receive at a higherharmonic frequency to reduce clutter, improve lateral resolution and enhance tissuecontrast. b.SonoHD2: image processing algorithm that provides better border definition, tissuecontrast, texture pattern and speckle reduction. c.SonoMB: multi-beam technology to effectively reduce speckle artifact, enhance tissuecontrast, and improve border connectivity. d.ColorHD: color Doppler imaging algorithm which increases color performance,sensitivity and frame rates offering more diagnostic information. 5.Up to 2 x pan/zoom 6.Support up to three focal zones to improve resolution uniformity 7.Support individual live scanning on either side of the dual imaging display 8.Support seamless dual imaging display as extended field of view Color Imaging: CVD and CPD 1.CVD/CPD Controls/options a.Color Gain b.Color Maps (CVD, CPD, Variance) c.Color Type (CVD, CPD) d.Color Variance (On/Off) e.Color Scale f.Color Optimization (High, Mid, Low) g.Color Wall Filter h.Color Steer Angle i.Adjust Color box size and position 2.Max PRF used is 12500Hz. Transducer Technology 1.DirectClearTM Technology: Increases penetration and resolution. Available on: (rC60xi, rP19x) 2.Armored Cable Technology: Provides further protection against trampling, crushing and twistingusing a stainless-steel jacket inside the cable. (Optional on rC60xi, rP19x, L38xi, HFL38xi, L25x andL52x (vet only)) 3.Linear Array, Curved Array, Phased Array, Multiplane TEE and Micro-Convex 4.Center line marker on linear transducers Spectral Doppler Imaging 1.Doppler modes: a.Pulsed wave (PW) b.Tissue Doppler Pulse Wave Doppler (TDI) c.Continuous Wave (CW) d.Transcranial (TCD) e.Orbital (ORB) 2.Doppler controls: a.PW/CW Doppler Gain b.PW Doppler Sample Volume Size c.TDI-PW Doppler Sample Volume Size d.Doppler Invert e.Doppler Trace Type (Peak / Mean) f.Doppler Trace (Above/Below/All) g.Doppler Scale h.Doppler Sweep Speed i.Sweep Speed j.Doppler Baseline k.Doppler Angle Correct l.Doppler wall filter 3.256 gray levels in the spectral Doppler display 4.Cine review available (Up to 255 frame-by-frame images) User Interface and Programmable Controls 1.Clinical Display Information 2.Programmable A and B Keys 3.Low profile keyboard, sealed completely to edge for maximum infection control 4.Image Acquisition Keys: Save, Review, Report, Video Clip Store, Video Clip Edit 5.Display formats for Duplex Imaging: 1/3 and 2/3, ½ and ½, Full 2D, Full Trace 6.Doppler Controls: angle, steer, scale, baseline, sample volume, gain, wall filter and volume Onboard Image and Clip Storage Review 1.2D Cine Review 20 seconds 2.PW, CW, M Mode Cine Review 16 seconds 3.Internal Flash Memory 16GB 4.Storage support for up to 500 patients 5.Maximum storage in ECG beats mode is 10 heart cycles 6.Prospective and Retrospective Clip Store 7.Auto Clip Export (auto export to USB at end of study) 8.Video clip playback at 1, ½ or ¼ of the captured rate 9.Video Clip Save Lengths: 2, 4, 6, 10, 15, 30 and 60 seconds. 10.Image Format: JPEG, MP4, BMP 11.Export Format: HTML 12.JPEG Compression Options: High, Medium, Low Worksheets 1.EMED Worksheets (FAST, Procedural. Gallbladder, Kidney, AAA, OB) 2.Musculoskeletal Worksheets (Shoulder, Knee, Elbow, Hand/Wrist, Ankle/Foot, Hip) Generic Measurements 1.Up to 8 generic measurements at once 2.2D: Distance, Ellipse, Manual Trace Volume, Bladder Volume, Doppler: Velocity measurements,Pressure Gradient, Elapsed Time, Acceleration, Heart Rate, Resistive Index, Systolic/DiastolicRatio, 3.Measurements can be traced manually or automatically. 4.Velocity Time Integral, Peak Velocity, Mean Pressure Gradient, Mean Velocity on Peak Trace,Pressure Gradient, Cardiac Output, Peak Systolic Velocity, Time Average Mean, Systolic/DiastolicRatio, Pulsatility Index, End Diastolic Velocity, Acceleration Time, Resistive Index, Time AveragePeak, Gate Depth, Heart Rate. 5.M-mode: All points guided workflow, distance and time measurements, Heart Rate Calculation Packages OB/Gyn/Fertility 1.OB/Gyn/Fertility: Diameter/ellipse measurements, volume, 10 follicle measurements 2.2D OB Calculation Package Measurements: EFD, EDD, gestational age, LMP, growth charts, userdefined tables, multi user selectable authors, ratios, AFI, patient report, humerus, and tibialmeasurement and charts. 3.HR, Fetal HR, MCA, UMBA, Ovarian Volume, Uterine Volume, Endometrial thickness. 4.Biophysical profile 5.User Defined Measurements 5 6.Twin Measurement Packages (A & B) 7.Obstetrics (Twin A and B) Reports Arterial 1.Diameter/ellipse/trace measurements, volume, volume flow, percent diameter and areareduction, ratio, peak trace, angle correction, patient report, HR, TAP 2.Carotid Calculation Package: Lt/Rt CCA, ICA, ECA, ICA/CCA ratio, vertebral Cardiac 1.Automated Cardiac Output package and patient report including: ventricular, aortic and atrialmeasurements; ejection fraction, volume measurements, Simpson s rule, continuity equation,pressure half time and cardiac output; IVC Collapse Ratio, LA/RA Volume, TAPSE, PA AT, TV, E, A,PHT, TVI, MV time, Pulmonary Veins, LV Mass, TDI e , TDI a , HR, dP:dT, Qp/Qs 2.Ability to view EF and FS simultaneously 3.LVO (Left Ventricular Opacification) Small Parts/MSK 1.Volume, Hip Angle, and d:D Ratio Transcranial Doppler (TCD) 1.Complete TCD package including Time Average Peak (TAP) DICOM Image Management 1.Print, Store, Modality Worklist, Modality Performed Procedure Step (MPPS), StorageCommitment 2.Capable of transferring images by batch or as exam in progress to a DICOM archive 3.Allow saving DICOM configuration via USB for easy replication or restoration. 4.DICOM 3.0 compliant Connectivity and External Data Management 1.3 USB 2.0 Ports (2 onboard system, 1 on mini-dock) 2.256 bit AES encryption of data on system 3.Ethernet Port (on mini-dock) 4.ECG Connector (on mini-dock and system) 5.Storage capacity alert if internal storage is less than 10% 6.Barcode auto-query (populates patients demographic from worklist) 7.DVI video out connector (on mini-dock) 8.Composite video output (NTSC/PAL, on mini-dock) 9.Audio output (on mini-dock) 10.RS-232 Transfer (on mini-dock) 11.S-Video, input & output, (on mini-dock) 12.SonoSite Patient Data Archival Software (PDAS) for Wireless/Wired Image, Report Management(optional feature) Wireless Solutions 1.External Wireless Option: 2.4GHz and 5GHz wireless: 802.11 (b, g, and n networking) 2.Security policies: Open, WEP, Shared WEP, Radius, WPA, and WPA2 3.Key management protocols: WEP64, WEP128, and WPA/WPA2 (Personal and Enterprise) 4.Allow location specific connectivity configuration 5.FIPS 140-2 security encryption (US only) Accessories 1.Medical Grade Black and White Printer (Sony UPx-898 B&W printer) 2.Triple Transducer Connect 3.USB Bar Code Reader 4.Footswitch 5.Stand with mini dock, gel holders, and large storage basket 6.AC Cord Retainer 7.PowerPark (External Power Docking Station) 8.ECG Module: 3 lead ECG 9.ECG Slave Cable and Adapter Kit (used to interface with external ECG monitors) 10.Color Printer 11.PowerPack (external battery for increased scan time) 12.Unencrypted USB drive Power Supply 1.System operates via battery or AC Power 2.Input: 100-240 VAC, 50-60 Hz, 2.0 A Max @ 100 VAC 3.Output 1: 15 VDC, 5.0 A Max 4.Output 2: 12 VDC, 2.3 A Max 5.Rechargeable lithium-ion battery 6.Battery life: 3 years Environmental Limits for System, Transducer and Battery 1.Operatinga.Temperature range: 10-40°C (50-104°F) b.Humidity range: 15-95% R.H. c.Pressure range: 700 to 1060 hPa (0.7- 1.05 ATM) 2.Shipping and Storagea.Temperature range: -20-60°C (-4 -140°F) b.Humidity range: 15-95% R.H. c.Pressure range: 500 to 1060 hPa (0.5- 1.05 ATM) 3.Shipping and Storage (system and transducer)a.Temperature range: -35-65°C (-31 -149°F) b.Humidity range: 15-95% R.H. c.Pressure range: 500 to 1060 hPa (0.5- 1.05 ATM Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 921 NE 13th Street Oklahoma City, OK 73104 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Price, (II) Narrative to Support the General Standards of Responsibility Volume I Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume II General Standards of Responsibility - To assist the contracting officer in determining if the general and special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. General Standards of Responsibility: G1: Offeror shall provide a letter of authorization from the manufacturer for each OEM product stating that they are an authorized distributor/reseller. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: (a) Basis of Award. This procurement is being conducted pursuant to FAR Part13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable. Price alone is the sole evaluation factor. Offerors who fail to meet any standard of responsibility will not be eligible to receive contract award. (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: 52.204-7 System for Award Management The following VAAR clauses are to be incorporated by reference: 852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999) The following VAAR provisions are to be incorporated by reference: 852.273-70 Late Offers (JAN 2003); 852.273-72 Alternate Evaluation (JAN 2003); and 852.273-74 Award Without Exchanges (JAN 2003). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Matt Zorch at paul.zorch@va.gov by 4:00pm EST, August 31, 2020. Name and email of the individual to contact for information regarding the solicitation: Matt Zorch Paul.zorch@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/afbbdb9a639e4578ae6d075f9b8c07df/view)
- Place of Performance
- Address: Oklahoma City VA Medical Center 921 NE 13th Street, Oklahoma City 73104
- Zip Code: 73104
- Zip Code: 73104
- Record
- SN05771388-F 20200826/200824230153 (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 |