Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice
This 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 FAC 2022-06 published in the Federal register May 26, 2022.
This solicitation is set-aside for SMALL BUSINESS
The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 (Audio and Video Equipment Manufacturing) with a small business size standard of 750 Employees. The FSC/PSC is 5836 (Video Recording and Reproducing Equipment).
The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST Salem VA Medical Center, 1970 Roanoke Blvd Salem VA 24153 is seeking to purchase Brand Name Only LG 43UT672M0UC HOSPITAL GRADE TV.
All interested companies shall provide quotations for the following:
Supplies/Services: HOSPITAL GRADE TV
Item Number
Description
QUANTITY
UNIT
1)
TVs - LG 43UT672M0UC 43 Hospital Grade TVs with Labor to Hang/Program
44
EA
2)
Articulating Mounts with Adapter Plates- Articulating Mounts with Custom VESA Adapter Plates with Labor to Install. Custom work required to match proprietary Get Well mounts.
26
BX
3)
Nurse Call Audio Integration
Nurse Call Integration for Rooms that Currently Lack Pillow Speaker Audio Wiring Wire, Labor, Faceplate
9
EA
4)
CATV Runs RG-6 Cabling with F Connector & 1/4" Face Plate and Labor
13
EA
5)
TV Audio Jumpers from Faceplates to new TVs
44
EA
6)
General Conditions - ICRA Control Measures ICRA Control Measures & Associated Labor to work in Patient Rooms - Poly, Zipper Doors, Sticky Mats as Required
1
EA
The purchase order period of performance: N/A
Delivery shall be provided on or before 12/30/2022 or no later than 90 days after receipt of order (ARO).
FOB: Destination
Place of Performance/Place of Delivery: Salem Veterans Affairs Medical Center
Address: 1970 Roanoke Blvd
Salem VA
Postal Code: 24153
Country: United States
Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items.
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 Provisions:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2022)
Attention CO: www.sam.gov registration is required to be complete at time of submission of response.
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 Clauses:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive
Orders Commercial Products and Commercial Services (MAY 2022) Full text of the reference FAR Clauses may be accessed electronically at http://acquisition.gov/
The following subparagraphs of FAR 52.212-5 are applicable:
52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services (NOV
2021)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2022) Full text of the reference FAR Clauses may be accessed electronically at http://acquisition.gov/.
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2022)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.227-17 Rights in Data-Special works (DEC 2007)
52.252-2 Clauses incorporated by Reference (FEB 1998)
VAAR Clauses:
852.203-70 Commercial Advertising (MAY 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
Gray Market Prevention Language:
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.Â
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the government.
All quoters shall submit responses no later than 11:00 am Eastern Standard Time (EST) Thursday: August 11, 2022. Respondents to this RFQ shall provide the following information:
Company/individual name,
Address,
Point of contact with phone number
Information describing your interest,
Indicate FSS/GSA contract number or Open Market, as applicable
FSS Category you qualify for
Tax ID number
UEI Number (Unique Entity ID)
DUN Number
Capabilities statement
Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.)
All quotes shall be sent in writing via Email to ruth.morris@va.gov. No telephone inquiries will be accepted.
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 Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered.
The following factors will be considered:
The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
E.1 INSTRUCTIONS TO OFFERORS
Pricing
Pricing shall be submitted on the Attachment A. Price/Cost Schedule. The following fields require completion on the attachment. Do not change the format or add/delete any columns in the Excel Spreadsheet.
Colum
Element Name
Line Item Template Name
Selection/Input
K
Unit of Measure:
Unit of Measure
Select the applicable 'Unit of Measure' from the dropdown. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1
L
Packaging Multiple
Packaging Multiple
Enter the total quantity that comes in each 'Unit of Measure' i.e., How many come in each CS, CT, PG, etc. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1
M
LIN is:
Line Item Is
Select 'Priced', 'NSP' (Not Separately Priced), or 'N/C' (No Charge) from the dropdown
N
Unit Price ($):
Unit Price
Enter the price for each 'Unit of Measure' i.e., What is the cost of each CS, CT, PG, etc.
AM
MANUFACTURER PART NUMBER (MPN):
MANUFACTURER PART NUMBER (MPN)
The MPN identifies the manufacturer from which an item originated. Its purpose is to identify the company that made the part, as opposed to a SKU number that is used for inventory record keeping by the Vendor. Each MPN is unique and can be composed of letters, numbers, or both.
BY
ITEM PART NUMBER
ITEM PART NUMBER
Enter the distributor/vendor part number if different than the mfg. part number.
CG
OEM NAME:
OEM NAME
Enter the Name of the OEM. Do not enter the Distributor/Vendor Name unless the Distributor/Vendor is the Manufacturer.
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 via Email in Microsoft Office format no later than 11:00 AM (EST) Thursday: August 11, 2022. Please include RFQ# 36C24622Q0861-1 in subject title.
NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this RFQ-solicitation are due by 11:00 AM EST on Tuesday, August 9, 2022; and should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Ruth A. Morris
Ruth.morris@va.gov