This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” 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 solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01.
This solicitation is set-aside for SDVOSB
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.
The Network Contracting Office 9, 1639 Medical Center Pkwy, Suite 400, Murfreesboro, TN. 37129 is seeking to purchase Audiostar Pro 2-Channel Clinical Audiometer.
The VA Medical Center Franklin R. Sousley Campus located in Lexington, Kentucky Audiology Service has the need for a CLINICAL AUDIOMETER for the activation of building 28 Audiology Speech.
All interested companies shall provide quotations for the following:
Supplies/Services
Audiostar Pro 2-Channel Clinical Audiometer:
• Touch screen PC for use with GSI-AMTAS
• High Performance 100 dB Speakers (2)
• High Performance Amplifier 100 dBHL (For use with High Performance speakers)
See attached Line Items Spreadsheet for a list of line item numbers, items, quantities, and units of measure.
Offeror quotations must demonstrate meeting the physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6.
Delivery shall be provided no later than 60 days after receipt of order (ARO).
Delivery terms, FOB destination
Place of Performance/Place of Delivery
Address:
Franklin R. Sousley Campus
2250 Leestown Road
Lexington, KY.
Postal Code:
40511
Country:
UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
Addendum:
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 provisions are incorporated into 52.212-1 as an addendum and applies to this solicitation.
(ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) – This provision is applicable to the solicitation.
The Government will 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. The following factors shall be used to evaluate offers:
Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling, and convincing evidence that equal-to items meet all the salient characteristics.
(End of Provision)
FAR Number Title Date
52.204-7 System for Award Management OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.211-6 Brand Name or Equal AUG 1999
52.214-21 Descriptive Literature APR 2002
www.sam.gov registration is required to be active at time of submission of response.
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.
The following contract clauses apply to this acquisition:
The following subparagraphs of FAR 52.212-5 are applicable:
The following subparagraphs of VAAR 852.212-70 are applicable:
http://www.fsc.va.gov/fsc/einvoice.asp
Invoice Setup Information 1-877-489-6135
Invoice must be submitted electronically
All quoters shall submit the following:
All quotes shall be sent to the Network Contracting Office 9, [email protected].
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:
Lowest priced quotation that meets all salient characteristics and the following factors:
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling, and convincing evidence that equal-to items meet all the characteristics. Offers that include any items that are not determined as Brand Name or Equal shall result in an unacceptable offer. See 52.211-6 Brand Name or Equal for additional information.
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 1:00pm CDT, December 20, 2021 at [email protected].
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
Contract Officer
Jeffery Ridenour
615-225-5628