Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

65 -- Portable Ankle-Brachial Index (ABI) Screening Devices for Harry S. Truman Memorial Veterans' Hospital, Columbia, MO

Notice Date
9/21/2023 11:16:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523Q0798
 
Response Due
9/25/2023 10:00:00 AM
 
Archive Date
10/10/2023
 
Point of Contact
Leslie Ross, Contract Specialist, Phone: 913-946-1964
 
E-Mail Address
leslie.ross2@va.gov
(leslie.ross2@va.gov)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Portable Ankle-Brachial Index (ABI) Screening Devices for Harry S. Truman Memorial Veterans' Hospital, Columbia, MO This is a combined synopsis/solicitation for commercial products or commercial services 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 is 36C25523Q0798 and the solicitation is issued as a request for quotation (RFQ). The Government anticipates awarding one firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Publication of FAC 2023-05 This is an unrestricted procurement under North American Industry Classification System (NAICS) 339113 Surgical Appliance and Supplies Manufacturing, with a small business size standard of 800 Employees. The FSC/PSC is 6515 The Network Contracting Office (NCO 15 ) is seeking to purchase Portable Ankle Brachial Index Devices (Brand Name or Equal) for the Harry S. Truman Memorial Veteran s Hospital, Columbia, MO Salient Characteristics: Offers shall include specifications and functional characteristics to equal the MESI ABPI MD: Advanced error detection system using smart software to prevent false results. Plethysmography sensors detect the smallest changes in volume for accurate readings. Distinguishing cuffs. Cuffs simultaneously measure at the same time. A single unit piece of equipment viruses equipment that requires multiple pieces. Minimal training required to use. Saves time, reads bilaterally Technical Required Specifications: Machines are sent in yearly to be recalibrated by the manufacturer. One minute measurement time frame. The three cuffs can simultaneously measure. Algorithm to identify PAD. Long lasting battery. Metal stand with magnetic base for portability. Offerors of equal products shall clearly indicate in its offer that the product being offered is an equal product and provide supporting documentation to show that the equal product being offered meets the physical, functional or performance characteristics as the items referenced below: Brand Name or Equal Item/Price Schedule Item Number Description Quantity Unit of Measure Unit Price Total 0001 MEIUS01 MESI ABPI MD Brand Name or Equal - 9 EA 0002 ME92001 MESI ABPI Large Cuff Set Brand Name or Equal 9 EA 0003 ME95001 MESI ABPI Metal Stand Brand Name or Equal 9 EA Total Delivery Terms: FOB Destination Authorized dealers: Experienced firms only who are authorized distributors will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission. Place of Delivery Harry S. Truman Memorial Veterans' Hospital 800 Hospital Drive Columbia, MO 65201 USA The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services [See Addendum to FAR 52.212-1 Instructions to Offerors below] FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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. FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) The following contract clauses apply to this acquisition: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES DEC 2022 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses 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 clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (End of Clause) (End of Addendum to 52.212-4) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JUN 2023) The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) FAR 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.219 4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) FAR 52.219 28, Post-Award Small Business Program Rerepresentation (MAR 2023) FAR 52.222 19, Child Labor Cooperation with Authorities and Remedies (DEC 2022) FAR 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1, Buy American Supplies (OCT 2022) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (End of Clause) 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: i. Technical: Offers will be evaluated to the extent they can provide the item (or equal) listed. The vendor s quote including equal items must meet the Salient Characteristics listed within the solicitation. A vendor must be determined technically acceptable in this factor in order to be considered for award. Technically acceptable is considered meeting all of the salient characteristics. ii. Price/Cost The Government will award to the lowest priced quotation that meets the brand name or equal requirement in the Item/Price schedule, all delivery requirements and any other stated requirements. 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 Products And Commercial Services (NOV 2021) 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (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 Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, 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 if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; or (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter 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 Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted 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 quoter shall complete electronically); (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes 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 quotes. 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 testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting 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 quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes 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. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (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. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST ( https://assist.dla.mil/online/start/). Quick Search ( http://quicksearch.dla.mil/). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) 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 not later than September 25, 2023, at 12:00 PM CDT at Leslie.ross2@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 to the Point of Contact listed below. Point of Contact Leslie Ross Contracting Officer Leslie.ross2@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cda72908b0c9402eb41b78157725ae06/view)
 
Place of Performance
Address: Harry S. Truman Memorial Veterans' Hospital 800 Hospital Drive, Columbia 65201
Zip Code: 65201
 
Record
SN06841218-F 20230923/230921230534 (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.