Federal Bid

Last Updated on 29 Aug 2024 at 5 PM
Combined Synopsis/Solicitation
Albany New york

Brand Name or Equal Natus EEG Equipment

Solicitation ID 36C24224Q0968
Posted Date 29 Aug 2024 at 5 PM
Archive Date 04 Sep 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
Contracting Office 242-Network Contract Office 02 (36c242)
Agency Department Of Veterans Affairs
Location Albany New york United states 12208

The Stratton (Albany) VAMC is seeking equipment for the Neurology Department’s EEG Lab. This contract will ensure that Neurology can continue to conduct routine OP/IP, Ambulatory, and Continuous EEG monitoring for the facility’s veterans. This is a Brand Name or Equal solicitation for an ambulatory monitoring package and accessories as outlined in the statement of work (SOW).

All vendors are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov.

All vendors claiming authorized distributor status must provide a letter from the manufacturer.

Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2, and utilizing the evaluation factors of technical compliance, delivery schedule, price, and past performance.

**This procurement is limited to new equipment only, with a date of manufacture of less than two years at the time of purchase.

Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion.

CLAUSES

ADDENDUM to 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

  1. Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
  2. The following factors shall be used to evaluate quotations:
    1. Technical Compliance
    2. Price
    3. Past Performance
  3. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
    1. Technical Compliance: The Government will evaluate technical compliance with the specifications outlined in the attachments.
    2. Price: The Government will evaluate the price by adding the total price of all line items. The Total Evaluated Price will be that sum.
    3. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter’s likelihood of success in fulfilling the solicitation’s requirements as indicated by the quoter’s record of past performance. The past performance evaluation may be based on the contracting officer’s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.

FAR 52.212-3 Offeror Representations and Certifications—Comm Products and Comm Services.

FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services.

Responses to this notice must be submitted in writing via email to [email protected] and must be received not later than Wednesday, September 4, 2024, at 12:00 PM. Telephone inquiries will not be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f)

Bid Protests Not Available

Similar Past Bids

Temple Texas 10 Mar 2021 at 2 PM
San diego California 26 Mar 2018 at 10 PM
Philadelphia Pennsylvania 15 Mar 2023 at 1 PM
Philadelphia Pennsylvania 15 Mar 2023 at 12 PM
Temple Texas 23 Dec 2020 at 6 PM

Similar Opportunities

Philadelphia Pennsylvania 16 Jul 2025 at 7 PM
Location Unknown 07 Feb 2026 at 5 PM
Location Unknown 29 Jan 2026 at 5 PM
Location Unknown 22 Jan 2026 at 5 AM (estimated)