SOLICITATION NOTICE
65 -- Patient Mobility System Leaf Sensors
- Notice Date
- 9/10/2025 4:59:12 AM
- 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
- 36C25226Q0018
- Response Due
- 9/17/2025 2:00:00 PM
- Archive Date
- 09/22/2025
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, 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 FAC 2025-05 (eff. 08/07/2025), FAR Deviations Jul 2025 (eff. 07/11/2025), VAAR Deviation Apr 2025 (eff. 04/01/2025), VAAM Alert 24-10 (eff. 04/09/2024), and Acquisition Policy Flash 25-12 (eff. 07/11/2025). This solicitation is for full and open competition. 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 6515, Medical and Surgical Instruments, Equipment, and Supplies. Requirement The VA Great Lakes Health Care System, Veterans Integrated Services Network (VISN) 12, Clement J. Zablocki VA Medical Center located at 5000 West National Avenue, Milwaukee, WI, 53295-1000 is seeking to purchase additional LEAF Patient Sensors to be used with the already installed LEAF Patient Monitoring System. The Government is seeking a manufacturer and/or authorized distributor/reseller capable of providing a brand name or equal product to the Smith & Nephew single-use, disposable LEAF Patient Sensor. The Government is contemplating the award of a Purchase Order with a base period from the date of award through 09/30/2026 and two 12-month option periods. All interested companies shall provide quotations for the following: Supplies/Services Base Period (date of award 09/30/2026) Line Item Item Description Qty Unit of Measure Unit Price Total Price 0001 LEAF Patient Sensors (Box of 10)* (Manufacturer part # 66803060) Purchase of sensors includes service support for installed software and hardware. If expansion of the Patient Mobility System is required in the future the following will be provided at no additional cost: software, installation of hardware and training. 144 BX Option Year One (10/01/2026 09/30/2027) Line Item Item Description Qty Unit of Measure Unit Price Total Price 1001 LEAF Patient Sensors (Box of 10)* (Manufacturer part # 66803060) Purchase of sensors includes service support for installed software and hardware. If expansion of the Patient Mobility System is required in the future the following will be provided at no additional cost: software, installation of hardware and training. 144 BX Option Year Two (10/01/2027 09/30/2028) Line Item Item Description Qty Unit of Measure Unit Price Total Price 2001 LEAF Patient Sensors (Box of 10)* (Manufacturer part # 66803060) Purchase of sensors includes service support for installed software and hardware. If expansion of the Patient Mobility System is required in the future the following will be provided at no additional cost: software, installation of hardware and training. 144 BX *Delivery shall begin (to be determined at time of award). Requirement is for 1,440 LEAF sensors per year. Delivery is to be divided into 12 monthly shipments of 120 sensors per month (12 boxes). Place of Performance/Place of Delivery Address: Clement J. Zablocki VA Medical Center 5000 W. National Avenue Milwaukee, WI 53295-1000 Country: UNITED STATES 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 Products and Commercial Services (SEP 2023) Refer to Attachment 1: Addendum to FAR 52.212-1 FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.214-21, Descriptive Literature (APR 2002) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.225-6, Trade Agreements Certificate (FEB 2021) FAR 52.225-18, Place of Manufacture (AUG 2018) FAR52.229-11, Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) VAAR 852.239-75, Information and Communication Technology Notice (FEB 2023) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025) 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 Products and Commercial Services. 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 Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023) VAAR 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023) (DEVIATION) VAAR 852.222-71, Compliance with Executive Order 13899 (DEVIATION)(APR 2025) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.239-76, Information and Communication Technology Accessibility (FEB 2023) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025)(DEVIATION JUL 2025) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 4655) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community see FAR 3.900(a) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub L. 117-328) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)) 52.219-28, Post Award Small Business Program Representation (JAN 2025) (15 U.S.C. 632(a)(2)) 52.219-33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 637(a)(17)) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)) All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. All quoters shall submit quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. The award will be based on Lowest Priced Technically Acceptable (LPTA) quote in accordance with the Simplified Acquisition Procedures of FAR 13. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. 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 not later than 5:00pm on September 17, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@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 to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/812b757900574d32beb2241e57a6ff77/view)
- Place of Performance
- Address: Department of Veterans Affairs Clement J. Zablocki VA Medical Center 5000 W. National Avenue, Milwaukee, WI 53295-1000, USA
- Zip Code: 53295-1000
- Country: USA
- Zip Code: 53295-1000
- Record
- SN07586220-F 20250912/250910230053 (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 |