Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

65 -- Portable Ultrasound - Venue R4 Premier

Notice Date
5/22/2024 5:29:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24824Q1093
 
Response Due
5/29/2024 1:00:00 PM
 
Archive Date
06/28/2024
 
Point of Contact
Jose Delgado, Contracting Officer, Phone: 561-517-0445, Fax: None
 
E-Mail Address
jose.delgado3@va.gov
(jose.delgado3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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. The Department of Veterans Affairs, Bruce W. Carter (Miami) VA Medical Center, Miami, FL 33125 has a requirement to procure One (1) Portable Ultrasound Systems (GE Venue R4 Premier) with probes and accessories. General Electric (GE) is the referenced manufacturer, Brand name or equal, RFQ # 36C24824Q1093. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective 5/26/2022. The combined synopsis solicitation is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). Note: Interested SDVOSB offerors must be registered and listed in Vetbiz.gov, be an Authorized Distributor, and submit Attachment 1- 852.219-78 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, to be considered for Award. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 employees. The FSC/PSC is 6525. The Network Contracting Office (NCO 8) ,Commodities Team WPB/MIA is seeking to purchase One (1) Portable Ultrasound Systems, probes, and accessories. All interested companies shall provide quotations to meet or exceed the salient characteristics for the following: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 H8042VU Venue R4 Premier 1 EA 0002 H44901AG M5Sc-RS XDclear* Matrix Phased Array Probe 1 EA 0003 H48062AB L4-12t-RS Linear Array Probe 1 EA 0004 C1-5-RS Wideband Convex Array Probe 1 EA 0005 Trade-In: Logip E SN: LE144332 1 EA Salient Characteristics - Portable Ultrasound System The equipment shall have the following features and characteristics or shall be equal to: 19 in. (48.3cm) Multi-touch High-Resolution Color LCD 5:4 ratio Resolution 1280 x 1024 pixels, Horizontal/Vertical viewing angle: +/-80°, Display Frame rate (Hz): 60Hz Light sensor for Auto ambient light compensation, Integrated speaker, Audio Volume Adjustment, Battery time and wall/AC power indicator displays even when system is turned off. 4 probe holders and gel holder with gel cup above the display. Articulating arm for flexible swivel, tilt and height display positioning. Locking functionality of articulating arm for easy transportation. Screen cleaning mode capability, Sealed display, Diagnostic quality LCD, Capacitive sealed power button, USB socket on rear of the display. Following applications: o Abdominal o Cardiac (Adult and Pediatric) o Thoracic/Pleural o Neonatal (head / abdomen / hip) o Adult and neonatal cephalic o Breast o Gynecology o Musculoskeletal o Obstetrical o Nerve o Interventional procedure o Small Parts o Urology o Vascular o Vascular access o Transvaginal o Transrectal o Rheumatology o Intraoperative (vascular) o Cardiac TEE Following Artificial Intelligence (AI) tools: o Real-time EF (optional): semi-automated Real-Time measurement of the Apical 4 Chamber Ejection Fraction for adult cardiac assessment. o ML: For the location of the contour o AI: Classification of the view o Auto VTI: Calculates the velocity time integral (VTI), stroke volume, CO Flux and cardiac output in a single step. Like the other tools, it includes a quality indicator to assist with image acquisition. o ML: Finding the right location and tracing the spectral doppler signal, calculating and displaying the VTI while you scan. o AI: AI helps localize the acquisition. o Auto B-Lines: Highlights and counts B-lines in real-time. Tap freeze and Venue displays the frame with the highest B-line count. o ML: Automatically distinguishing between real B-lines and all other artifacts is hard to program , but ML can enable it. o AI: Classification between artifacts vs B-lines. o Auto-IVC: Measures IVC collapsibility. IVC diameter changes (Collapsibility or distensibility index) are measured and displayed in real-time upon completion of each respiratory cycle. o ML: One respiratory cycle Distensibility Index (DI) or Collapsibility Index (CI) can be displayed and calculated. o AI: Identify the location and position IVC for measurements. o Lung Tool: See all ultrasound lung findings in one view. Keeps track of your segmental lung assessment. Like the other tools, it can be helpful in showing trends in response to therapy. o VTI Trending: Allows you to quickly visualize the trend and help you determine a next course of action in treatment. Delivery shall be provided no later than 90 days after receipt of order (ARO). Place of Delivery Address: 1201 NW 16th St. Miami, FL 33125 UNITED STATES The following Commercial Items clauses apply to this acquisition: 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/ FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS Date Jun 2020 FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Oct 2018 FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Aug 2020 FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT Nov 2021 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Nov 2021 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS Nov 2021 FAR 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE Sep 2021 FAR 52.222-3 CONVICT LABOR 19 Jun 2003 FAR 52.222- CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES Jan 2020 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 FAR 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION Nov 2021 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 FAR 52.225-3 BUY AMERICAN-FREE TRADE AGREEMENTS Jan 2021 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Feb 2021 FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Oct 2018 Nov 2021 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION) Mar 2020 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION) VAAR Nov 2020 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical Page 6 of 10 equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside (NOV 2020); (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. Page 7 of 10 (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) The following provisions apply to this solicitation: 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 addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT Date Oct 2018 FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING FAR 52.212-1 Aug 2020 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS FAR 52.212-2 Nov 2021 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICAL ITEMS (NOV 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of Provision) Instruction to Offerors All quoters shall submit your Quotes no later than May 29, 2024, at 4:00PM (EST), via email to jose.delgado3@va.gov . 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 no later than May 24, 2024, at 2:00PM (EST), via the same email address. Questions received later than this time/date may not receive a response. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Interested SDVOSB offerors shall be registered and listed in Vetbiz.gov, submit an Authorized Distributor letter, and submit a signed Attachment 1- 852.219-78 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, to be considered for Award. The following are the decision factors: Technically Acceptable Past Performance Price 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 Jose Delgado, Contract Specialist Network Contracting Office 8 jose.delgado3@va.gov Attachment 1 852.219-78  VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. As prescribed in 819.7009(c) insert the following clause. The Contracting Officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] qualifies as a manufacturer or nonmanufacturer as stated herein and that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting requirement specified in the resultant contract, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _____________________________________ Printed Title of Signee: ______________________________________ Signature: ________________________________________________ Date: ____________________________________________________ Company Name and Address: ________________________________ _________________________________________________________ (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5199abdc66b4350b2293b74f6e47f0f/view)
 
Place of Performance
Address: Department of Veterans Affairs Miami VA Healthcare System Doral Warehouse 6725 NW 36th Street Suite 695, Miami, FL 33166-6807, USA
Zip Code: 33166-6807
Country: USA
 
Record
SN07073939-F 20240524/240522230051 (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.