Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
SOLICITATION NOTICE

65 -- NuTrace R Scanners

Notice Date
2/3/2025 1:57:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26025Q0242
 
Response Due
2/10/2025 10:00:00 AM
 
Archive Date
02/25/2025
 
Point of Contact
Maureen Sundstrom, Contract Specialist
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@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 products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, 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 is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26025Q0242. The Government anticipates awarding a firm-fixed price supply order from this solicitation. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. See Required Documents/Information below for Statement of Compliance for Nonmanufacturers. This is a solicitation for NuTrace Scanners. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective January 17, 2025. This solicitation is 100% set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees, and the PSC is 6515. All interested companies shall provide quotations that are Brand Name or Equal To Promedical NuTrace for the following: Equipment Needed: Item # Description/Part Number* Qty Price Extended Amount 1 NuTrace R+ Scanner 5 2 Ratero Cleaning Solution System: Includes 32 electrochemical, fabric tips and 32 zip tie holders Ratero Solution 900ml bottle Ratero electrical pen 1 � SUBTOTAL (Products) � SALIENT CHARACTERISTICS Must be able to read off bright, reflective, matte, and low contract surfaces Must be powered by a laserless beam 2MP camera with LED lighting and a USB outlet supply from a computer is needed Must be able to read 2D Matrix as small as .010 X .010mm (4 mils) It must come with five 2D data matrix readers for code verification and use with Censitrac. 2D Scanner must be fast at reading barcodes, with no need to push a trigger to scan the barcodes 2D Scanner should read code in under 1 second irrelevant of instrument contrast, material, or position of the code Must have on-board decoding audible notification and LED flash indicating successful read Must be fully compliant with all applicable standards and regulations set forth by the FDA, CDC Must have small footprint with stainless steel design for disinfection Must have fully configurable export options Keyboard Wedge emulator, virtual COM Must be able to operate on a Windows-based 10 and 11 operating software Additional information sought: Warranty Please describe the offered warranty 52.211-6� Brand Name or Equal. As prescribed in� 11.107(a), insert the following provision: Brand Name or Equal� (Aug 1999) (a)� If an item in this� solicitation� is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that ""equal""� products� must� meet are specified in the� solicitation. (b)� To be considered for award,� offers� of ""equal""� products, including ""equal""� products� of the brand name manufacturer,� must- (1)� Meet the salient physical, functional, or performance characteristic specified in this� solicitation; (2)� Clearly identify the item by- (i)� Brand name, if any; and (ii)� Make or model number; (3)� Include� descriptive literature� such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the� Contracting Officer; and (4)� Clearly describe any modifications the� offeror� plans to make in a product to make it conform to the� solicitation� requirements. Mark any descriptive material to clearly show the modifications. (c)� The� Contracting Officer� will evaluate ""equal""� products� on the basis of information furnished by the� offeror� or identified in the� offer� and reasonably available to the� Contracting Officer. The� Contracting Officer� is not responsible for locating or obtaining any information not identified in the� offer. (d)� Unless the� offeror� clearly indicates in its� offer� that the product being offered is an ""equal"" product, the� offeror� shall� provide the brand name product referenced in the� solicitation. (End of provision) Delivery FOB Destination is preferred, 30 days after receipt of order. All deliveries will be coordinated with the White City VA Medical Center Point of Contact. Place of Delivery: White City VA Medical Center Warehouse Bldg #225A 8495 Crater Lake Highway White City, OR 97503 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.252-1 Provisions Incorporated by Reference (FEB 1998) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Price (a) A written notice of award or acceptance of an offer, mailed or otherwise 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 offeror'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. FAR 52.213-3 Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 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. All Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification Veteran Small Business Certification (sba.gov). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-33 Nonmanufacture Rule (SEP 2021) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items (NOV 2018) 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business (JAN 2023) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (JAN 2025) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328) 52.219-28 Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2)) 52.222-3 52.222-19 Convict Labor (JUN 2003) (E.O. 11755) Child Labor Cooperation with Authorities and Remedies (FEB 2024) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 52.226-8 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) All quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 10:00 AM PST on 02/10/2025. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation may be considered non-responsive. Required Supporting Documentation and Information: Buy American Certificate Authorized Distributor Letter if not the manufacturer Completed VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products Certification that equipment meets/exceeds the salient characteristics of the desired brand above Delivery date If not the manufacturer, a statement indicating whether your business complies with the following: Nonmanufacturers: (1) A firm may qualify as a small business concern for a requirement to provide manufactured products or other supply items as a nonmanufacturer if it: (i) Does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS Code 541519, which is found at § 121.201, footnote 18); (ii) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; (iii) Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and (iv) Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) of this section. The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. A.1 52.225-2 BUY AMERICAN CERTIFICATE (OCT 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. (b) Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64efd9d434f94c48b4020d607d67a45d/view)
 
Place of Performance
Address: Department of Veterans Affairs White City VA Medical Center Warehouse Bldg #225A 8495 Crater Lake Highway, White Ciyt 97503
Zip Code: 97503
 
Record
SN07331105-F 20250205/250203230048 (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.