Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2021 SAM #7232
SOLICITATION NOTICE

65 -- Nexus Bio/Neurofeedback Equipment Systems

Notice Date
9/17/2021 8:14:17 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
36C25221Q1209
 
Response Due
9/22/2021 9:00:00 AM
 
Archive Date
10/07/2021
 
Point of Contact
Stacy Massey, Contracting Officer, Phone: 4148448400
 
E-Mail Address
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 3 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 (eff. 07/12/2021). This solicitation is set-aside for Small Businesses. 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. The William S. Middleton Memorial Veterans Hospital is seeking to purchase multiple bio/neurofeedback systems, devices and supporting software. All interested companies shall provide quotations for the following: Supplies Required (Brand Name or Equal) Item Number Manufacturer Number Material Description Qty UOM Proposed Price Extended Price 0001 NeXus-10 MKII battery 1 EA     0002 Aluminum carrying case 1 EA 0003 NeXus-Q-32 32 Channel processing & software 1 EA 0004 JNS 108 BrainNet Cap Medium 1 EA 0005 NB-EEG Cap (Medium, Large) 2 EA 0006 NX-CAP Adaptor for EEG & QEEG 2 EA 0007 ECA E9 ECI Electro-Gel 1 EA 0008 ECA E7KIT Stens Syringe & blunt Needle Kit 1 KIT 0009 ANI NEUROGDX Neuroguide software 1 EA 0010 HMA 6020 EmWave Pros 25 EA 0011 HMA 6310-CH EmWave 2 stand alone 25 EA 0012 HMA 6450 EmWave Inner Balance for Android phones 50 EA Delivery shall be provided FOB destination within 30 days after receipt of order (ARO). Place of Delivery Address: William S. Middleton Memorial Veterans Hospital 2500 Overlook Terrace Madison, WI 53705-2286 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 Items (JUL 2021) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.214-21, Descriptive Literature (APR 2002) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) 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 52.204-13, System of Award Management (OCT 2019) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.219-14, Limitations on Subcontracting (JUN 2020) (DEVIATION) FAR 52.219-33, Nonmanufacturer Rule (JUN 2020) (DEVIATION) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC2007) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operation and Maintenance Manuals VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852-246-71, Rejected Goods VAAR 852.212-71, Gray Market Items (APR 2020) VAAR 852.212-72, Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. All quoters shall submit the following: The best technical and price terms quote; The name, address, and telephone number of the quoter; A technical description of the item being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for a minimum of 30 calendar days from the date specified for receipt of offers; Authorized distributor letter or other documents from the OEM or by an intermediary distributor authorized by the OEM All quotes shall be sent to the Contracting Officer Stacy Massey at Stacy.Massey@va.gov. Award will be based upon the lowest priced technically acceptable quote. 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 no later than 12:00pm on September 22, 2021. 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 Stacy.Massey@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4561e4bf676140518ffc3915d8a3f971/view)
 
Place of Performance
Address: William S. Middleton Memorial Veterans Hospital 2500 Overlook Terrace, Madison, WI 53705-2286, USA
Zip Code: 53705-2286
Country: USA
 
Record
SN06137201-F 20210919/210917230119 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.