SOLICITATION NOTICE
65 -- Philips CX50 ultraportable cardiac ultrasound or equal
- Notice Date
- 8/24/2022 1:03:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E22Q0260
- Response Due
- 8/29/2022 7:00:00 AM
- Archive Date
- 09/12/2022
- Point of Contact
- Michael Haydo, Contracting Officer, Phone: (412) 822-3158
- E-Mail Address
-
michael.haydo@va.gov
(michael.haydo@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C24E22Q0260 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This requirement will be made using a Service Disabled Veteran Owned Cascading Set-aside under the associated NAICS code 339112 Surgical and Medical Instrument Manufacturing with a small business size standard of 1000. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of lowest price technically acceptable. System: 1 EA CX50 CV Essentials Bundle (NNAP813) 1 EA USB/Serial Data Transfer converter (FUS5046) 1 EA Government Security (NUSV671) 1 EA S5-1 Transducer (FUS5120) 1 EA Instruction manual (FUS7000) Salient Characteristics: These are the minimum specifications, and all quotes shall meet/exceed the following: Portable ultrasound Interface: 15.0 inch high resolution display with wide viewing angle Quick Keys and Active Mode Laptop style Alphanumeric QWERTY keyboard 8 TGCs and 2 LGCs Ergonomic carrying handle Includes AC adapter, power cord and system battery pack 500 GB hard drive Internal DVD RW drive Architecture: All-digital compact broadband beamformer, Microfine 2D focusing with Dynamic Focal Tuning that includes Advanced XRES signal processing, 170 dB full time input dynamic range 504,576 digitally processed channels Continuously variable steering in 2D, color and Doppler modes 2D Opt signal processing with 4X multi-line parallel processing and frequency compounding. Intelligent Controls: iSCAN technology automatically samples data for a new level of 2D and Doppler optimization iSCAN one-touch Intelligent Optimization iSCAN one-touch Intelligent Color Optimization, iSCAN Doppler one-touch optimization. Smart Exam options Needle Visualization: When used in conjunction with the L12-3 or L12-5 50 linear transducers, Needle Visualization utilizes advanced electronic beam-steering technology to enhance viewing of the needle to assist the user in guiding the needle to the target anatomy. Transducers: Cardiology multiple potential transducer configurations All transducers provide breakthrough frequency bandwidths and array configurations This is a BRAND NAME OR EQUAL REQUIREMENT for a Portable Ultrasound system based on the Phillips CX50 with accessories as detailed in in the description above. Any equivalent products shall meet/exceed all salient characteristics of the system above. All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery FOB Destination to: Delivery Address: VA Greater Los Angeles Medical Center ATTN: Kim-Lien Nguyen, MD Building 507, Room 120 11301 Wilshire Blvd Los Angeles, CA 90073 The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on Friday 2/26/2022 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23a626a889c44737af38bd2b4ee10cdb/view)
- Record
- SN06439366-F 20220826/220824230123 (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 |