Federal Bid

Last Updated on 28 May 2017 at 8 AM
Combined Synopsis/Solicitation
Cleveland Ohio

65--INTELLIBRIDGE MODULE

Solicitation ID VA25017Q0496
Posted Date 18 Apr 2017 at 1 PM
Archive Date 28 May 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Department Of Veterans Affairs Medical Center
Agency Department Of Veterans Affairs
Location Cleveland Ohio United states 44106
Page 3 of 3 Combined Synopsis Solicitation: IntelliBridge Module 1. General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-0496 and issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 19, 2017. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and only qualified Offerors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing and the small business size standard is 1,250 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer AND if the item is on a FSS/GSA schedule awarded to the Offeror include the schedule information on your offer. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs and VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. New Equipment ONLY; NO remanufactured/recovered material/reconditioned or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror responsibility to ensure the quote is received. Quote must be good for 30 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 2. Line items: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 865114- INTELLIBRIDGER EC5 ID-MODULE, 701 VIGILANCE ID MODULE. L01 CONNECTION CABLES 1.5M 3.00 EA 0002 865115-INTELLIBRIDGE EC10 MODULE, 701 VIGILANCE DRIVER, A0 EC10 MODULE RS232/LAN 3.00 EA 0003 865115-INTELLIBRIDGE EC5 ID-MODULE, 703 VIGILEO MODULE, L01 CONNECTION CABLE 1.5M 3.00 EA 0004 865115-INTELLIBRIDGE EC10 MODULE, 703, VIGILEO, DRIVER, A01 EC10 MODULE RS232/LAN 3.00 EA 0005 M1034B-INTELLIVUE BIS MODULE, B01 BIS DEVICE, K20 BIS 4-ELECTRODE SENSORS 3.00 EA 3. Date(s) and place(s) of delivery and acceptance and FOB point: Delivery must be within 30 days ARO FOB: Destination Deliver to: Department of Veterans Affairs Cleveland VA Medical Center 10701 East Blvd. Cleveland, OH 44106 4. Applicable Provisions and Clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The following FAR and VAAR provisions and clauses are incorporate into this solicitation document by reference: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable); VAAR 852.246-70, Guarantee, (fill in) one year or better; and 852.246-71, Inspection. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Additionally, please include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. 52.212-2, Evaluation-Commercial Items, and VAAR 852.211-73 and Brand Name or Equal, is also incorporated into this solicitation. At minimum, the offered item must meet all product specifications/salient characteristics of the requested item and be compatible with using the requested items disposables to be considered a responsive offer. 5. Offeror Attachments: If an equal item is offered, the offeror must submit descriptive literature that conclusively establishes product equivalency and technical acceptability and compatibility at time of quote submission. IF THE OFFEROR IS NOT THE MANUFACTURER OF THE QUOTED ITEMS, THE OFFEROR SHALL SUBMIT WRITTEN EVIDENCE AT THE TIME OF QUOTE SUBMISSION THAT CLEARLY VERIFIES THEYARE AN AUTHORIZED DISTRIBUTOR AND/OR RESELLER OF THE QUOTED PRODUCTS and will provide the items on or before the specified delivery date. 6. Offeror Instructions: The Government intends to issue a single award firm fixed price purchase order. Offerors must submit quotes electronically via email. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. RESPONSES ARE DUE Monday, April 28, 2017 at 5PM EST. Offers will only be accepted electronically via e-mail to [email protected]. Enter RFQ VA250-17-Q-0496 InelliBridge Module in the email subject line.
Bid Protests Not Available

Similar Past Bids

Cleveland Ohio 29 Mar 2017 at 1 PM
Cleveland Ohio 21 Mar 2017 at 4 PM
Cincinnati Ohio 11 Sep 2012 at 6 PM
Location Unknown 30 Jun 2017 at 6 PM
Location Unknown 28 Mar 2017 at 6 PM

Similar Opportunities

Los angeles California 13 Jul 2025 at 4 AM (estimated)
Kansas city Missouri 08 Jul 2025 at 4 PM
San francisco California 09 Jul 2025 at 6 PM
Warner robins Georgia 07 Jul 2025 at 4 AM