COMBINED SYNOPSIS SOLICITATION
(i) This is a combined synopsis/solicitation for Two (2) Synergy Natus EDX EMG Machines, BRAND NAME, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated.
(ii) The solicitation number is 36C24419Q0540 and is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective date, October 26, 2018.ÃÂ
(iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000.
(v) Contract Line Items (CLIN):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
982A0597 - EDX US/Canada + Base Unit
2.00
__________________
__________________
0002
828-069300 - Synergy Master Software
2.00
__________________
__________________
0003
515-016700 - EMG USB Control Panel
2.00
__________________
__________________
0004
515-016000 - EDX 2 channel Amplifier
2.00
__________________
__________________
0005
515-018800 5WR50 Comfort Plus Probe
2.00
__________________
__________________
0006
828-060900 - NCS
2.00
__________________
__________________
0007
828-060800 - EMG
2.00
__________________
__________________
0008
828-060700 - Reference help
2.00
__________________
__________________
0009
842-690100 - UB4 Cart
2.00
__________________
__________________
0010
842-691200 - UB4 Cart Monitor Arm Option
2.00
_________________
_________________
0011
515-018500 - EDX Amplifier Holder & Arm
2.00
_________________
_________________
0012
842-670400 - Nicolet 115V Isobox
2.00
__________________
_________________
0013
842-664600 - 21.5 Inch LCD Monitor
2.00
__________________
_________________
0014
842-117700 - 120V Laser Printer
2.00
__________________
__________________
0015
222-448101 - Single Footswitch (Nicolet EMG)
2.00
__________________
__________________
0016
268-411800 - EMG Surface Temperature Probe
2.00
__________________
__________________
0017
842-689700 - EDX Windows 10 Desktop PC
2.00
__________________
__________________
0018
021223 - MS Office Pro Plus 2016
2.00
__________________
__________________
0019
828-069700 - Sys 3: EMG Reader Software
1.00
__________________
__________________
0020
018853 - SYS 5: HL7 EMG Basic Interface
1.00
__________________
__________________
0021
018855 - HL& EMG Workstation License
2.00
__________________
__________________
0022
018859 - HL& EMG Implementation Labor 8 Hours
1.00
__________________
__________________
GRAND TOTAL
__________________
B.2 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
SHIP TO:
Department of Veteran Affairs
Crescenz VA Medical Center
3900 Woodland Ave
Philadelphia PA 19104
FOR ALL ITEMS
0.00
30 Days ARO
(vi) Comparable products must be Brand Name in the following specifications:
Key Features:
2 EDX Base Units
Powerful Digital Signal Processor provides advanced signal processing functionality
Connections for footswitch (single or triple), patient response unit, control panel, LED goggles, audio transducers and reflex hammer
Eight channel availability to external acquisition equipment for online analysis through the analog out connector
14 x 13.5 x 3.4 (35.6 cm x 34.3 cm x 8.6 cm)
8 lbs. (3.5 kg)
Requirements:
2 Synergy Master Software
16 channel clinical IOM/EP option
Multi-MUP, SFEMG & clinical workflow
MUNIX & Quantitative Analysis
HL7 Gateway & connectivity options
Nerve Conduction, F Wave & H Reflex enhancements
Database & report functionality
User interface for changing setups/protocols
2 EMG USB Control Panels
Optimized for use by non-dominant hand, allowing focus on the patient
Small footprint for closer access to the patient
Maximizes testing workflow with convenient access to testing functions
Easy-to-read icons
8 x 5 x 2 (20 cm x 13 cm x 5 cm)
0.80 lbs. (0.36 kg)
2 EMG 2 Channel Amplifiers
Optimized for basic EMG/NCS
2 non-switched amplifier channels
Stimulus artifact suppression
6.5 x 6 x 1 (16.5 cm x 15.2 cm x 2.5 cm)
1 lb. (0.5 kg)
2 WR50 Comfort Plus Probes
Comfort Probe and Comfort Probe Plus with fingertip controls and programmable buttons
Small, lightweight and ergonomically designed for maximum comfort
Coiled cable extends reach to the patient without touching the floor
5 probe head options
6.8 x 1.5 x 1.25 (17 cm x 4 cm x 3.2 cm)
0.25 lbs. (0.11 kg)
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:
CLAUSES:
52.214-21 Descriptive Literature (APR 2002)
852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(a) Gray market items are Original Equipment Manufacturer s (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.ÃÂ No remanufactures or gray market items will be acceptable.
ÃÂ
(b) Vendor 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.ÃÂ 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.ÃÂ 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 toÃÂ 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.ÃÂ
(ix) Evaluation of this requirement will be based on PRICE ONLY.
(x) 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.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
(End of Clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
https://acquisition.gov/far
(End of Clause)
852.203-70 Commercial Advertising (JAN 2008)
852.246-71 Inspection (Jan 2008)
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)
(xiii) There are no additional contract requirements, terms or conditions.
(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
(xv) Quotes must be emailed to
[email protected] or
[email protected] and received no later than 3:00PM EST on 5/6/2019
Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form.
If you are not the manufacturer than an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award.
NO LATES WILL BE ACCEPTED
(xvi) For information regarding the solicitation, please contact Walida A. Moore at
[email protected] or
[email protected].
Bid Protests Not Available