Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2023 SAM #8053
SOLICITATION NOTICE

65 -- GE Voluson Ultrasound

Notice Date
12/13/2023 11:29:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0147
 
Response Due
12/19/2023 9:00:00 AM
 
Archive Date
12/29/2023
 
Point of Contact
Lindsay Goldsmith, Contracting Officer, Phone: (518) 626-7194
 
E-Mail Address
Lindsay.Goldsmith@va.gov
(Lindsay.Goldsmith@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Department of Veterans Affairs on behalf of the VA New Jersey Healthcare System in Toms River NJ, has a BRAND NAME OR EQUAL requirement for a GE Voluson Ultrasound. This requirement is set aside for service-disabled veteran owned small businesses (SDVOSB). All verified SDVOSB vendors meeting the standard of an acceptable source under the terms of either a manufacturer or authorized distributor are encouraged to provide a bid. All vendors are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov. All bidders shall be registered with / verified by SBA Vet Cert and provide proof to that extent. All vendors claiming authorized distributor status must provide a letter from the manufacturer. Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2, and utilizing the evaluation factors of price and delivery / installation schedule (see clauses below). Items listed in this requirement; ITEM # PRODUCT DESCRIPTION QTY H8051PB Voluson P8 2D BT22 1 H4000SR 4C-RS Convex Array Probe 1 H48691PJ IC9-RS Probe 1 H43192LH Battery Pack, Late Point Configuration Center Only (Lithium ION) 1 H44972LD BW Printer Kit 1 Description: High definition, diagnostic ultrasound system for ob-gyn (Women s Health). The system supports black and white Doppler capability through all convex and linear sector transducers. On board software measurement packages available for all imaging applications. In addition, a full line of probes and conventional recording devices are available. The OB Ultrasound must meet the following specifications and have the following operating features: Salient Characteristics: Must have 2D imagery in addition to volumetric tools and tech to produce 3D/4D live images. Must have color doppler imaging Must have at least 15 flat screen monitor Must have Auto optimization for 2D and doppler Must have wide sector for endocavitary probes Must include Wideband convex probe Qty 1 Abdomen, Obstetrics, and Gynecology 2-5MHz and 81Deg or comparable Must include Endocavity 2D Wideband Microconvex Probe Qty 1 Abdomen, Gynecology, and Transrectal 2.9-9.7MHz and 185Deg or comparable Must include Lithium-Ion battery Pack Must include Black and White Printer Kit with paper This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion. Delivery shall be quoted Free on Board (FOB) to the Department of Veterans Affairs, VA New Jersey Healthcare System, Toms River VA Outpatient Clinic, 1051 Hooper Avenue Toms River, NJ 08753. CLAUSES ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Price Delivery and Installation Schedule Past Performance Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for completed installed job. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (End of Provision) CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. FAR 52.212-3 Offeror Representations and Certifications Comm Products and Comm Services. FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. Responses to this notice must be submitted in writing via email to lindsay.goldsmith@va.gov and must be received not later than Wednesday, December 19, 2023, at 12:00 PM. No telephone inquiries will be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f40466a201454412bafd9428ff48037a/view)
 
Place of Performance
Address: Department of Veterans Affairs VA New Jersey Healthcare System Toms River Outpatient Clinic 1051 Hopper Avenue, Toms River 08753-8322
Zip Code: 08753-8322
 
Record
SN06911587-F 20231215/231213230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.