SOLICITATION NOTICE
65 -- Cart Mounted Vascular Ultrasound
- Notice Date
- 8/26/2021 12:13:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221Q1132
- Response Due
- 8/30/2021 5:00:00 AM
- Archive Date
- 09/14/2021
- Point of Contact
- Stacy Massey, Contract Specialist, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 3 of 5 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 (eff. 07/12/2021). This solicitation is set-aside for Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,250 employees. The FSC/PSC is 6525. The Edward J. Hines, Jr. VA Hospital is seeking to purchase two vascular ultrasound systems. All interested companies shall provide quotations for the following: Supplies Required (Brand Name or Thermo Fisher) Item Number Manufacturer Number Material Description Qty UOM Proposed Price Extended Price 0001 GSX VascLab GSX Ergonomic Variable Height Cart (EZ-Clean Cuffs: 2-12L, 6-12, 4-10, 2-1.9 x 9 digit and 2-2.5 x 12 digit) 2 EA 0002 VascLab Battery (Full-Day Charge) 2 EA 0003 Networking Option: DICOM/DICOM SR/Modality Work List 2 EA 0004 DT-RS232 Infrared Thermometer, Model: LXTA 2 EA 0005 Extended Warranty 2 EA Salient Characteristics Must have ergonomic Hi-Lo cart Must have 12-Channel Multi-Port Inflator Must have minimum 12 pressure channel ABI/TBI full segmental air hoses Must have medical grade antimicrobial/washable Windows 10 all-in-one computer with PCAP touchscreen and keyboard w/touchpad Must have Wireless remote-control w/programmable keys Must have 8MHz & 4 MHz Bi-Directional Doppler w/integrated speaker Must have 2-Channel right and left arterial PPG w/clips Must have Hi-Res USB camera Must be WiFi, Ethernet and/or Bluetooth capable Must provide software updates Must have Extended Warranty (minimum 7 years) Must include Training a minimum of 1-full day Must include Help Desk support Delivery shall be provided FOB destination within 30 days after receipt of order (ARO). Place of Delivery Address: Edward J. Hines, Jr. VA Hospital 5000 S. 5th Avenue Hines, IL 60141-3030 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUL 2021) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.204-13, System of Award Management (OCT 2019) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.219-33, Nonmanufacturer Rule (JUN 2020) (DEVIATION) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852-246-71, Rejected Goods VAAR 852.212-71, Gray Market Items (APR 2020) VAAR 852.212-72, Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting-Monitoring and Compliance (JUL 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. All quoters shall submit the following: The best technical and price terms quote; The name, address, and telephone number of the quoter; A technical description of the item being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for a minimum of 30 calendar days from the date specified for receipt of offers; Authorized distributor letter or other documents from the OEM or by an intermediary distributor authorized by the OEM All quotes shall be sent to the Contracting Officer Stacy Massey at Stacy.Massey@va.gov. Award will be based upon the lowest priced technically acceptable quote. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received no later than 8:00am e.s.t on August 30, 2021. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey, Contracting Officer Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a542eb348e6d4f6a818a52667630896b/view)
- Place of Performance
- Address: Department of Veterans Affairs Edward J. Hines, Jr. VA Hospital 5000 S. 5th Avenue, Hines, IL 60141-3030, USA
- Zip Code: 60141-3030
- Country: USA
- Zip Code: 60141-3030
- Record
- SN06113226-F 20210828/210826230134 (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 |