36C24924Q0070
Page 1 of 5
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.
This solicitation is issued as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 05/26/2022.
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.
The Nashville VA Medical Center located at 1310 24th Avenue South,
Nashville, TN 37212, is seeking to purchase (4) Philips X8-2t Transducer to support the expansion of the Watchman Program.
Item: (4) Philips X8-2t Transducer
All interested vendors shall provide Brand Name quotations for the following Schedule:
Line
Item
Description
QTY
Unit
Unit Price
Extended Price
0001
FUS8354
X8-2t Transducer FUS8354 High frequency xMATRIX sector array transesophageal transducer with PureWave Crystal technology. Fully functional transducer with 8 to 2 MHz extended operating frequency range that images in 2D, Live xPlane, Live
3D, 3D Zoom, Full Volume and 3D color modes. Includes M-Mode, PW Doppler, CW Doppler, harmonics, true
electrocautery suppression, and adaptive autocool. Provides a user configurable button on the handle to assist with certain workflow efficiencies during TEE exam.
Includes ECG interface cable, and 1 disposable tip protector. Includes 1 year warranty.
4
EA
TOTAL:
Delivery of all quantities to the following location:
Nashville VA Medical Center 1310 24th Avenue South Nashville, TN 37212
Quote shall specify a specific delivery date or number of days after receipt of order (ARO). 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
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
Jun 2020
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
Oct 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
Aug 2020
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
Nov 2021
52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
Nov 2021
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
May 2022
52.222-3
CONVICT LABOR
Jun 2003
52.222-19
CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES
Jan 2022
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
52.222-50
COMBATING TRAFFICKING IN PERSONS
Nov 2021
52.223-18
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
Jun 2020
52.225-1
BUY AMERICAN-SUPPLIES
Nov 2021
52.225-2
BUY AMERICAN CERTIFICATE
Feb 2021
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
Feb 2021
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS
Nov 2021
852.203-70
COMMERCIAL ADVERTISING
May 2018
852.211-70
EQUIPMENT OPERATION AND MAINTENANCE MANUALS
Nov 2018
852.212-72
GRAY MARKET AND COUNTERFEIT ITEMS (DEVIATION)
Mar 2020
852.219-10
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET ASIDE (DEVIATION)
Nov 2020
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
Nov 2018
852.246-71
REJECTED GOODS
Oct 2018
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
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
Oct 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
Aug 2020
52.212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Nov 2021
52.212-2
EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Nov 2021
52.211-6
Brand Name or Equal
Aug 1999
Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation:
Instructions for the Preparation of Quotes
Offeror shall provide the following documentation for the quote to be considered:
A completed Price Schedule (to include pricing for each Line Item), located on pages 1 of this document; Quote needs to be an actual company letter head that includes (Company Name, POC, SAM UEI, Address, email address and phone)
PLEASE SPECIFY IF PRICING IS UNDER CONTRACT (GSA) OR OPEN MARKET.
IF MULTI-ITEMS INDICATE WHICH ITEM BY LINE NUMBER IS OPEN MARKET, OTHERWISE ORDER WILL BE PROCESSED AS ALL ITEMS ARE UNDER CONTRACT.
IF ITEM IS UNDER CONTRACT: MUST PROVIDE CONTRACT NUMBER AND EXPIRATION DATE.
If shipping ORIGIN: Must indicate on Quote otherwise Purchase order will be processed as Destination.
An Authorized Distributor Letter from OEM, which shows evidence of being an authorized OEM Distributor or Reseller for the quoted products.
Delivery Date of quoted products.
ALL OFFERS MUST BE REGISTERED IN SAM.GOV (PROVIDE A COPY OF CURRENT REGISTRATION.
ALL OFFERS AND RESPONSE MUST BE SUBMITTED ELECTRONICALLY.
In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request.
Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The following factors shall be used to evaluate offers: Past Performance and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows:
Past Performance. The past performance evaluation will be based on the Contracting Officer s knowledge of and previous experience with the supply being acquired and a review of the Contractor Performance Assessment Reporting (CPARS) and/or other available information.
Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination)
(End of Provision)
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)
Submission of your response shall be received not later than 1:00PM CT, on November 17, 2023, via email to Shanel.joe@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 10:00AM CT on November 16, 2023. Questions received later than this time/date may not receive a response. Reference in the email subject line: RFQ 36C24924Q0070 Emergency: Philips X8-2t Transducer.
Point of Contact
Shanel Joe Contract Specialist
Network Contracting Office 9 shanel.joe@va.gov
VHAPG Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source
Attachment 1: Single Source Justification for SAP under the SAT
Last Updated: 02/01/22
Page 1 of 2
DEPARTMENT OF VETERANS AFFAIRS
Justification for Single Source Awards IAW FAR 13.106-1 For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)
Acquisition Plan Action ID: 36C249-24-AP-0444
Contracting Activity:
Department of Veterans Affairs, Network/Program Contracting Office 09, located at 1639 Medical Center Pkwy, Suite 204, Murfreesboro, TN. 37129, In support of VISN 09, Tennessee Valley Healthcare System (TVHS), Nashville VA Medical Center, 1310 24th Avenue South,Nashville, TN, 37212-2637
2237 # 626-24-1-313-0009
Brief Description of Supplies/ Services required and the intended use/Estimated Amount:
TVHS Cardiology Service currently utilizes a Philips EPIQ CVx ultrasound system with a Philips X8-2t TEE probe to perform Watchman Procedures. TVHS requires four (4) more X8- 2t TEE probes to support the expansion of the Watchman Program.
The estimated value of the proposed action is $ 161,355.60
Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used:
TVHS requires four (4) Philips X8-2t TEE Probes. These will support a newly implemented Watchman Program created by the cardiology department at the Nashville VA Medical Center (part of the Tennessee Valley Healthcare System). This requirement is for four (4) Philips X8-2t xMatrix TEE transducers. These probes shall be compatible with TVHS owned Philips EPIQ CVx ultrasound system that is utilized for Watchman procedures. These probes must have the ability to perform TEE guided Watchman procedures and integrate with the Philips EPIQ CVx ultrasound owned by the Nashville VA Medical Center. Philips is the original equipment manufacturer of the EPIQ CVx ultrasound that is utilized for the Watchman procedures. This is also the only ultrasound that TVHS owns that can be utilized in these procedures. Only Philips brand probes are compatible with this ultrasound used for these procedures. Other TEE probes are available; however, they cannot be integrated with the Philips EPIQ CVx ultrasound system owned and utilized by the Nashville VA Medical Center. The technology necessary to manufacture this device is trade secret, only available
to the original equipment manufacturer (OEM). As such, only one such brand is acceptable for TVHS.
Brand name products are required as TVHS Cardiology Service already utilizes a Philips EPIQ CVx ultrasound system. These probes shall be used with existing devices and shall be compatible with the CVx. Probes that are not Philips brand will not be compatible with these devices, and the probes will be useless.
Description of market research conducted and results or statement why it was not conducted:
The VA National Acquisition Center, Federal Procurement Data System, System for Award Management, GSA eLibrary, GSA Advantage, Dynamic small Business Search and the Vendor Information Pages were queried using the search terms X8-2t Transducer and NAICS code 334510 with product service code 6515.
Based on market research the OEM (Philips Medical) identified at least (8) SDVOSBs that are authorized to distributor and can provide the X8-2t Transducer ultrasound probes that will meet TVHS requirements.
Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-
1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
John McComas
Contracting Officer Date