Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 18 of 18
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice
Page 1 of 18
SUBJECT*
SPACELAB Monitors (Surgery)
GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
37129
SOLICITATION NUMBER*
36C24925Q0108
RESPONSE DATE/TIME/ZONE
02-04-2025 10AM CENTRAL TIME, CHICAGO, USA
ARCHIVE
15 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
PRODUCT SERVICE CODE*
6515
NAICS CODE*
334510
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office 9 (90C)
NCO 9
1639 Medical Center Parkway, Suite 204
Murfreesboro TN 37129
POINT OF CONTACT*
Contract Specialist
Ayslin Kennett
ayslin.kennett@va.gov
Phone calls will not be accepted
PLACE OF PERFORMANCE
ADDRESS
Lt. Col. Luke Weathers, Jr. VAMC
116 N. Pauline St.
Memphis TN
POSTAL CODE
38104
COUNTRY
USA
ADDITIONAL INFORMATION
AGENCY S URL
URL DESCRIPTION
AGENCY CONTACT S EMAIL ADDRESS
EMAIL DESCRIPTION
DESCRIPTION
Description
This is a combined synopsis/solicitation for commercial products and commercial 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 Commercial 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 2025-03.
This solicitation is Name Brand Full and Open Competition.
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 6515.
The Memphis VAMC is seeking to purchase below items.
All interested companies shall provide quotations for the following:
Items: Spacelab Monitors for Ambulatory Care Services
DESCRIPTION
ITEM NUMBER
QUANTITY
Xprezzon Monitor
91393
10
Xprezzon, base unit
91393-A
10
ENGLISH LANGUAGE
91393-1
10
SIX WAVEFORMS
91393-06
10
PERIOPERATIVE
91393-D
10
Vital Signs Calculations
91393-N
10
DATA SHUTTLE
91393-Q
10
Patient Data Logger (PDL)
91393-R
10
FULL VIEW
91393-V
10
FULL BED REVIEW
91393-W
10
Ultraview SL Command Module
91496
11
ENGLISH LANGUAGE
91496-1
11
Non-Invasive Parameter Set
91496-A
11
Advanced Multiview Arrhythmia (MVII)
91496-H
11
MASIMO SPO2
91496-M
11
12-lead diagnostic ECG with measurements and interpretation
91496-D
11
Adult/Neonatal Respiration
91496-R
11
ST Segment Analysis
91496-S
11
Xhibit Central Station
96102
1
Xhibit central station, base Computer
96102-PREMIO
1
Xhibit central station, 10 bed bundle
96102-10
1
Single patient license for Xhibit central Station
910-6102-01
10
VHM Arm, Backpack, 40 lb limit
016-0887-01
10
KIT, BRACKET, BKPK, 91393
016-0899-00
10
Power Supply Holster, Wall Mounted
016-0863-00
20
Crossmember for mounting power supply holsters side by side
016-0512-00
10
Mount, wall channel, 19 inch GCX
016-0506-00
10
20 inch Display Alarm Cable
012-0887-02
10
16 inch DVI Cable
012-0893-01
10
12 inch Touch Screen CablE
012-0894-01
10
KIT, DISPLAY HANDLE, 94267
016-0884-00
10
Hook, dual (undermount), arctic white
016-0866-00
10
Serial cable for PDL * 9 pin to 9 pin connector, male to male
012-0395-00
11
Adapter null modem 9m to9f
131-1588-00
11
19in Premium XPREZZON display with integrated high resolution front & rear LED alarm lights & ambient light dimming sensor
94267-19
10
CAPNOGRAPHY MODULE
92517
10
ENGLISH LANGUAGE
92517-1
10
Capnography Module, base unit
92517-A
10
Temporal artery thermometer
010-2157-00
11
1 Bed Clinical Access Bundle License
910-3999-01
11
1 Bed Interface Bundle License
910-3998-01
11
Project Management: Manage all aspects of the equipment, technology, clinical workflow, and go-live activities from the initial project kickoff to project closure utilizing the 5 steps of the project management process.
999-1510-13
1
SL Network Impact Analysis. Network Impact Analysis to determine and evaluate the impact of SL on the local network. Remediation, Testing and Go Live Support.
999-1510-01
1
Depot Support Plan. Unit price is per year. Monitoring Products only
999-9999-42
8
ECG combiner cable, 5-Lead Spacelabs monitors, AAMI
700-0008-57
11
ECG combiner lead wire set, 5L, multi pinch, AAMI, 74cm/29 in
7000-006-37
22
Masimo LNCS DC-I adult sensor
690-0247-00
11
NIBP hose, single tube, adult, 9ft, quick release
714-0018-02
11
Masimo LNCS sensor adapter cable
700-0906-01
11
Operation Manual, CD, Xhibit/Telemetry
084-2301-06
1
Service Manual, CD, Xhibit/Telemetry
084-1479-08
1
Basic CEC Support. Includes up to 3 consecutive weekdays of customized clinical training at the time of initial installation (workflow process development, alarm management, eLearning administration).
999-0222-51
1
ECG combiner cable, 5+5-Lead Spacelabs monitors, AAMI
700-0008-56
11
ECG combiner lead wire set, 5V-Leads, multi-pinch, 74cm/29 in
700-0006-38
11
Enhanced Software Support Plan (ICS/ XprezzNet/Xhibit), expires on same date as existing contract.
999-1898-11
2
Xhibit display, 21.5" high resolution touchscreen
011-0262-00
2
Patient Monitoring Service Manual, CD-ROM
084-0700-03
2
Patient Monitoring Operations Manual, CD-ROM, English
084-1101-05
2
Power Cord, North America, 3 ft, 120V, 10A
161-0246-00
21
Qube Compact Monitor
91390
1
ENGLISH LANGUAGE
91390-1
1
FOUR WAVEFORMS
91390-04
1
QUBE BASE UNIT
91390-A
1
Vital Signs Calculations
91390-N
1
DATA SHUTTLE
91390-Q
1
PATIENT DATA LOGGER
91390-R
1
PRINTER
91390-U
1
FULL VIEW
91390-V
1
FULL BED REVIEW
91390-W
1
Roll Stand, Quick Release with Drop-In Backplate
016-0940-00
1
Universal Power Supply Holster Rollstand Mounted
016-0760-00
1
Bedrail Hook Adapter Plate, Quick Release, for Mounts with Drop-In Backplate
016-0941-00
1
Capnography Pod
92516
1
ENGLISH LANGUAGE
92516-1
1
Capnography Pod, base unit
92516-A
1
Roll thermal paper, single- dual channel printing , 10/pk
307438-001
1
INSTALLATION X2
999-9999-97
1
Total Contract Price
Salient characteristics are those characteristics that make an item equal to the brand name item we specify. Specifically, salient characteristics are those characteristics of the brand name item that the VA needs.
Items: Spacelab Monitors
Salient Characteristics
Physiological Monitoring and Telemetry Infrastructure Replacement/ Upgrade
A. Bedside Physiological Monitors and Control Modules for OR/Ambulatory:
i. Control Modules for OR/Ambulatory bedside monitors:
Support of eight (8) waveforms for simultaneously monitoring/ display, up to 24 parameters.
Masimo pulse oximetry (SPO2) required.
Non-invasive Blood Pressure Monitoring (NIBP).
Adult Respiration monitoring.
Conduct 3 / 5 lead Electrocardiography (ECG) and 12-lead diagnostic ECG.
Temperature monitoring with four inputs.
Cardiac Output (CO) monitoring.
Invasive Blood Pressure monitoring, up to 4 inputs.
Conduct ST segment analysis.
Conduct arrhythmia analysis.
Able to interface with six newer, existing Spacelabs Qube monitors in the ED that are not up for replacement.
ii. Bedside Physiological Monitors for OR/Ambulatory
Support of eight (8) waveforms for simultaneously monitoring/ display, up to 24 parameters.
Built-in thermal printer for strips (backside of unit).
Capable of interfacing with Capnography module to allow for capnography monitoring (ETCO2 monitoring capability).
Has the ability to connect to an Exergen Temporal Artery Thermometer. The monitor shall be able to display the thermometer readings on the display.
Module Expansion Housing that can support up to two additional modules.
Monitor has ability to integrate with Edwards Lifesciences EV1000 hemodynamic monitoring devices via RS232 (serial connection). Each bedside physiological monitor shall include an interface port configured to make this integration possible thus that the monitor can accept and display EV1000 device data as if it were its own.
12 lead ECG monitoring with the ability to send ECGs to the existing LCLWJ VAMC GE Healthcare Muse v9 Cardiology Data Management system. Interface to Muse v9 is required.
Monitor can be built and licensed to allow for Masimo Signal Extraction Technology (SET) SPO2 monitoring.
19 color, touchscreen display.
Arrythmia analysis and vital signs calculations capability
Patient Data Logging, Full Bed Review, Alarm Watch, Remote view capabilities.
Able to interface with existing Spacelabs server environment that supports existing physiological monitors.
Able to interface with existing Spacelabs Clinical Access Review software application that allows for 72-hours of full disclosure data review.
Supports transfer of data for up to 24 hours of trends. Shows up to 96 hours of graphic and tabular trends data.
Monitor can provide view of up to five waveforms for any other monitor on the VA network. Monitor shall be able to view waveforms for any existing LCLWJ VAMC monitors that are not being replaced in CCU, SDU (6C), OR holding, Anesthesia, and ED.
110 / 120, 60 Hz powered device.
At least one Ethernet (LAN) port, at least one Network Interface Card (NIC).
USB ports.
At least one DVI port.
At least one serial port.
Monitor has multicolor visual alarm notifications based on alarm severity.
Alarm History log kept and can be viewed on the monitor.
60-minutes of alarm trend information viewable.
Monitor can be configured to remotely monitor alarms from other monitors on the same network.
Alarm limits easily viewable for active parameters by clinical staff.
Monitor has ability to be controlled by mouse, keyboard, and remote control.
Ability to interface with nurse call system (alarm relay output).
Can interface with 3rd party barcode scanner via USB.
B. Expansion/ Enhancement of Existing Server Infrastructure:
Any additional servers required to support data collection from the new monitors and telemetry transmitters. The new servers shall be able to integrate and communicate with the existing Spacelabs server environment and Clinical Access Review software application.
Admission, Transfer, Discharge (ADT) interface with licensing that allows patient demographic information to flow from the LCLWJ VAMC EMR (VistA / CPRS) to the bedside monitors (both newly provided and existing).
Any additional software (if required) to allow the existing server infrastructure to accommodate the newly provided hardwired monitors and telemetry transmitters.
Any additional software to allow all new monitors (and existing monitors not being replaced) to send data (via HL7) to the existing LCLWJ VAMC Philips e-ICU TeleICU system.
Any additional software to allow all new monitors (and existing monitors not being replaced) to send data (via HL7) to the existing LCLWJ VAMC Clinicomp Essentris Clinical Information System (CIS).
LCLWJ VAMC will not be replacing/ re-building existing HL7 interfaces that send data to existing TeleICU systems or the existing CIS. All new equipment shall be compatible with these interfaces and or not require additional/ duplicate interfaces to accomplish the same data transfers.
Place of Performance/Place of Delivery
Memphis VAMC
Address:
116 N. Paulina St, Memphis, TN
Postal Code:
38105
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
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services MAY 2024
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
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services JAN 2025
The following subparagraphs of FAR 52.212-5 are applicable:
[X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).
[X] (8) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328).
[X] (9) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
[X]Â (22)Â 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f).
[X] (23) (i) 52.219 28, Post-Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632(a)(2)).
[X] (29) 52.222 19, Child Labor Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126).
[X] (30) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (31)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
[X] (33)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
[X] (36)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
[X] (45) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
[X]Â (49)(i)Â 52.225-1, Buy American Supplies (OCT 2022) (41 U.S.C. chapter 83).
[X] (iv) Alternate III (JAN 2021) of 52.225-3.
[X] (52) 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).
[X] (59) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332).
All quoters shall submit the below items. Non-compliance to the below items with this requirement may result in disqualification of the quote.
Only one quote. Quote shall be on offeror s company letterhead, in PDF format and emailed to Ayslin.Kennett@va.gov NLT 02/04/2025 at 10:00 AM CT. The solicitation number, 36C24925Q0108 must be referenced in the subject line.
Product information brochure with specifications and user manual shall accompany quote.
Offeror must submit certification that equipment meets the salient characteristics of listed above.
Quote must reflect the Statement of Work in this solicitation.
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:
Technical or Quality
Delivery (After receipt of Order)
Price
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
52.252-2Â Â CLAUSES INCORPORATED BY REFERENCEÂ (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                                                          Â
  http://www.va.gov/oal/library/vaar/      Â
FAR Number
Title
Date
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND OVERMENT ENTITY CODE MAINTENANCE
AUG 2020
52.217-6
OPTION FOR INCREASED QUANTITY
MAR 1989
52.217-7
OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM
MAR 1989
852.203-70
COMMERCIAL ADVERTISING
MAY 2018
852.211-70
EQUIPMENT OPERATING AND MAINTENANCE MANUALS
NOV 2018
852.212-71
GRAY MARKET AND COUNTERFEIT ITEMS
FEB 2023
852.215-71
EVALUATION FACTOR COMMITEMENTS
OCT 2019
852.219-73
VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES(DEVIATION)
JAN 2023
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2018
852.247-73
PACKING FOR DOMESTIC SHIPMENT
OCT 2018
VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(l)(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:
(i) [ ] In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB 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 fillin 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 in order to qualify as a nonmanufacturer.
[ ] 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.
(iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).]
[ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.]
(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 18 U.S.C. 1001.
(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 officers 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] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. 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)
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation will be furnished to the Contractor.
(End of Clause)
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition
(1) Is set aside for small business and has a value above the simplified acquisition threshold;
(2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or
(3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/);
(ii) Quick Search (http://quicksearch.dla.mil/);
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror s name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
(k) [Reserved]
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
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 address(es):
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
(End of Provision)
FAR Number
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
AUG 2020
52.211-6
BRAND NAME OF EQUAL
AUG 1999
(End of Provision)
52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
(a) 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 shall be used to evaluate offers:
(b) The following factors shall be used to evaluate quotations:
(1) Technical or Quality
(2) Delivery (After receipt of Order)
(3) Price
Technical and Delivery, when combined, are significantly more important than cost or price.
(c) 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:
Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Delivery: The quotation must include the estimated delivery date.
Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum.
(End of Provision)
Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to Ayslin.Kennett@va.gov subject line: 36C24925Q0108. Questions shall be submitted NO LATER THAN 1/31/2025 @ 10:00 AM CT. Quote must be submitted NO LATER THAN 02/04/2025 @ 10:00 AM CT.