Skip to main content

An official website of the United States government

You have 2 new alerts

6515--VMAX Vyntus Spirometer Desktops Upgrades and axillary items for Lyons VAMC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 16, 2022 10:31 am EDT
  • Original Published Date: Aug 10, 2022 11:52 am EDT
  • Updated Date Offers Due: Aug 16, 2022 01:00 pm EDT
  • Original Date Offers Due: Aug 16, 2022 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 24, 2022
  • Original Inactive Date: Aug 24, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    NJ VA Healthcare System Lyons VA Medical Center Lyons , NJ 07393
    USA

Description

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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC_2021-05
3-10-2021.

This solicitation is set-aside for: None

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees.

The FSC/PSC is 6515.

Requirement: This is a brand name requirement for the following Vyntus SPIRO and SentrySuiteTM Software

Product

Description

QTY

29225-001

KIT, OFFICE JET PRINTER

9

34491-101

34491-101 SERVICE-VYN SPIRO-PROTECT BASIC-1 YEAR includes major system

components, computer, monitor, keyboard, mouse, and printer coverage for repairs;

9

34588-101

SERVICE-RDX-SM DEVICE FIELD INSTALL-1ST DEVICE

9

28567-001

SES CLIENT Device to be configured as a network client

9

33288-001

PROFESSIONAL SERVICES HOURLY RATE

Hourly rate for custom Professional Services

support.

10

V-577201-100

SENTRYCONNECT SEAT LICENSE FOR SES

Single Seat license to connect to SentryConnect gateway- SentrySuite instrument, SentrySuite reading station, Sentry.NET remote access.

9

34558-132

34558-132 SERVICE-RDX-SM DEVICE PFT FUNDMTLS

TRG-2 DAYS-LIVE WEB BASED Course Objectives: Perform

pulmonary function testing; customize and configure

system settings; perform system calibrations; understand

and identify factors that will affect test accuracy; generate

results and reports; perform basic troubleshooting and

system maintenance; operate the medical device and system properly, safely, and effectively; and understand the ATS Technical Standards and clinical best practices.

1

25627-001

VMAX VYNTUS SPIRO DESKTOP. PC Based Spirometer with

direct USB connection to Desktop PC. Validated Windows 10 Desktop PC, 22" MONITOR and Sound Bar Included.

9

Delivery shall be provided no later than 120 days after receipt of award (ARA). FOB Destination

Place of Performance/Place of Delivery

Address:

VA NJ Health Care System

Lyons Campus

 151 Knollcroft Rd, Lyons NJ

Postal Code:

07393

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:

  1. FAR 52.212-1, “Instructions to Offerors–Commercial Items” (Oct 2018)
  2. FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items” (Oct 2018)

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 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders” (Jan 2021)

The following subparagraphs of FAR 52.212-5 are applicable:

  1. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.203-13, Contractor Code of Business Ethics and Conduct  (Jun 2020) (41 U.S.C. 3509))

52.222-3, Convict Labor (June 2003) (E.O.11755).

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126).).

52.222-21, Prohibition of Segregated Facilities (Apr 2015).

52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).

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)

52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627)

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513

52.225-1, Buy American-Supplies (Jan2021) (41 U.S.C. chapter 83).

All quoters, shall submit the following: 1 (one) copy.

All quotations, shall be sent to Steven.Abbey@va.gov

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.  

The following are the decision factors:

Award shall be made to the quoter, whose quotation, offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price

The award will be made to the response most advantageous to the Government.

Responses should contain your best terms, conditions.

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 shall be received not later than 1300 hours EST 08/16/2022 to Steven.Abbey@va.gov

 Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). e-mailed quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contacting Officer, Steven Abbey at  Steven.Abbey@va.gov.

Point of Contact

Steven P Abbey II

Contract Specialist

Network Contracting Office (NC02)

76 Veterans Avenue

Bldg 30 – Room 317

Bath, NY  14810

Phone: 607-664-4969

Fax: 607-664-4482

Steven.Abbey@va.gov

Contact Information

Contracting Office Address

  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA

Primary Point of Contact

Secondary Point of Contact





History