Description
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 by FAR 13 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 a Brand Name RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 / 03-10-2021.
This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees.
The FSC/PSC is 6515.
NCO 16 is seeking to purchase 1 new Cadwell Sierra Summit EP/EMG Machine.
All interested companies shall provide quotations for the following:
Supplies/Services
The Michael E. DeBakey VA Medical Center (MEDVAMC) is requesting the purchase and delivery of one EP/EMG system capable of performing electrodiagnostic studies such as evoked potentials, electromyography and nerve conduction studies:
1.15 Footswitch Holder
1.16 LaserJet Printer
1.17 DM Electrode Kit - EP Disposable
1.18 USB Footswitch
1.19 Summit Technical Manual, CD
1.20 Summit 3-12 Ch Service Contract – Level 3
A manufacturer’s standard warranty must cover all components of the requirement in accordance with standard manufacturer’s specifications to include Evoked Potential and electrodiagnostic software.
All bids must address and meet all salient characteristics defined in this section. Item submission must include manufacturer’s product brochure including specification information, and warranty data. Bids must also include authorized distributor letter. VA does not accept Grey Market Items. FAILURE TO CLEARLY NOTE THAT THE PRODUCTS BEING QUOTED ARE THE REQUESTED BRAND NAME PRODUCT SPECIFICATIONS AND INFORMATIONAL LITERATURE SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL NOT BE FURTHER EVALUATED FOR AWARD.
Delivery shall be provided no later than 30 days after receipt of order (ARO). Should delivery beyond 30 days be necessary, notice shall be given. FOB Destination
Place of Performance/Place of Delivery
Address:
Michael E. DeBakey VAMC
Attn: Dr. Pitchaiah Mandava
2002 Holcombe Blvd.
Houston, TX 77030
USA
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:
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:
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:
The award will be made to the response provides the Lowest Priced Technically Acceptable offer to the Government.
Responses should contain your best terms and conditions.
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 12:00pm CST on June 14, 2021 to [email protected]. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Kever Swafford at [email protected]. Submission of questions shall be received not later than 12:00pm CST on June 9, 2021. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
See attached document: 36C256-21-AP-2525 Justification signed.