SOLICITATION NOTICE
65 -- Equipment: MRI Vital Signs Monitors
- Notice Date
- 2/17/2026 6:25:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24826Q0342
- Response Due
- 2/23/2026 1:30:00 PM
- Archive Date
- 04/24/2026
- Point of Contact
- Heidi Parrish, Contracting Officer, Phone: 352-278-5990
- E-Mail Address
-
heidi.parrish@va.gov
(heidi.parrish@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number 36C24826Q0342 is issued as a request for quotation (RFQ) for MRI Vital Signs Monitors.� This acquisition� is set-aside for service-disabled veteran owned small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at� www.acquisition.gov. 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. A list of line-item number(s) and items, quantities, and units of measure is included in Attachment A: Price/Cost Schedule. Description of requirements for the items to be acquired is included in Attachment B: Salient Characteristics. Date(s) and place(s) of delivery and acceptance and f.o.b. point are included in Attachment C: Delivery Schedule. The following solicitation provisions apply to the acquisition: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Deviation OCT 2025) (a)� 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. As a minimum, offers shall include (1)� The solicitation number; (2)� The name, address, telephone number of the Offeror; (3)� The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4)� Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5)� Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6)� A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b)� Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c)� Late submissions, modifications, revisions, and withdrawals of offers. (1)� Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2)� Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. 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)� 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. (4)� Offerors may withdraw their offers by written notice to the Government received at any time before award. (d)� 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. However, the Government reserves the right to conduct discussions, if 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. (e)� Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will 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 Offeror 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 the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) 52.212-2 Evaluation Commercial Products and Commercial Services (Deviation OCT 2025) Basis for Award: The Government intends to award a Firm-Fixed-Price contract to the responsible Service-Disabled Veteran-Owned Small Business (SDVOSB) whose quotation represents the best value to the Government, in accordance with FAR Part 12. Award will be made using a comparative evaluation of quotations, and the Government may award without discussions. Evaluation Factors and Relative Importance Quotations will be evaluated based on the following factors: Technical Acceptability Delivery / Availability Price Technical Acceptability and Delivery, when combined, are significantly more important than Price. However, as quotations become more similar in non-price factors, Price will become increasingly important. Factor 1 Technical Acceptability The Government will evaluate how well the offered MRI Vital Sign Monitors meet or exceed the required salient characteristics. Evaluation will be comparative, considering relative strengths, weaknesses, and overall quality. Advantages that provide additional value beyond minimum requirements may be noted. Technical considerations include, but are not limited to: Compliance with all required salient characteristics Warranty coverage and manufacturer support Quotations that merely meet minimum requirements may be evaluated less favorably than those that exceed requirements or reduce performance risk. Failure to meet any minimum requirement may render a quotation technically unacceptable and ineligible for award. Factor 2 Delivery / Availability The Government will comparatively evaluate each offeror s ability to meet or exceed delivery requirements. Considerations include: Ability to deliver all three (3) MRI Vital Sign Monitors within 30 calendar days after receipt of order (ARO) Proposed delivery timeline relative to other offerors Certainty and reliability of the proposed delivery approach Quotations offering earlier delivery, higher delivery certainty, or reduced logistical risk may be evaluated more favorably. Factor 3 Price Price will be evaluated for fairness and reasonableness in accordance with FAR 12.204. The Government will consider the total evaluated price, inclusive of all costs associated with meeting the requirements. While Price is less important than non-price factors, it remains a significant consideration and may become determinative when quotations are otherwise similar. Notice of award: A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7 System for Award Management Registration 52.225-2 Buy American Certificate 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate 52.225-6 Trade Agreements-Certificate 52.226-3 Disaster or Emergency Area Representation 52.229-11 Tax on Certain Foreign Procurements Notice and Representation 52.240-90 Security Prohibitions and Exclusions Representations and Certifications The following contract clauses apply to the acquisition: 52.212-4 Terms and Conditions - Commercial Products and Commercial Services 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-14 Limitations on Subcontracting 52.219-27 Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.225-1 Buy American-Supplies 52.225-5 Trade Agreements 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.229-12 Tax on Certain Foreign Procurements 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.240-91 Security Prohibitions and Exclusions 52.244-6 Subcontracts for Commercial Products and Commercial Services 852.212-71 Gray Market and Counterfeit Items All quoters shall submit the following: Completed Price/Delivery Schedule (Attachment A) Technical Information (Brochures or technical specifications) for proposed equipment Authorization Letter from OEM Completed Limitations on Subcontracting (Attachment D) Quotes that do not include all of the above items will be considered non-responsive. All quotes shall be sent to the Network Contracting Office 8 Contracting Officer, Heidi Parrish, at heidi.parrish@va.gov. Submission of your response shall be received not later than 4:30 PM ET on February 23, 2026. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer at heidi.parrish@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/06fb80aa044a4117b6962f44d8e4e8e8/view)
- Place of Performance
- Address: Department of Veterans Affairs North Florida/South Georgia VHS **Multiple Locations - See Attachment C** 1601 SW Archer Road, Gainesville, FL 32608-1197, USA
- Zip Code: 32608-1197
- Country: USA
- Zip Code: 32608-1197
- Record
- SN07718244-F 20260219/260217230047 (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 |