Federal Bid

Last Updated on 22 Jun 2021 at 9 PM
Combined Synopsis/Solicitation
Mountain home Tennessee

IntelliVue X3 patient monitoring system

Solicitation ID 36C24921Q0364
Posted Date 22 Jun 2021 at 9 PM
Archive Date 14 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 249-Network Contract Office 9 (36c249)
Agency Department Of Veterans Affairs
Location Mountain home Tennessee United states 37684

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 2021-05.

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 additional IntelliVue X3 patient monitoring system and all associated components with delivery and installation.

All interested companies shall provide quotations for the following:

Supplies/Services

See attached document.

Delivery shall be provided no later than 120 days after receipt of order (ARO).

Place of Performance/Place of Delivery

Address:

James H. Quillen VA Medical Center

Sidney & Lamont St.

MOUNTAIN HOME, TN.

Postal Code:

37684

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:

  1. FAR 52.212-1, “Instructions to Offerors–Commercial Items”  
  2. FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items”

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:

  • FAR 52.212-4, “Contract Terms and Conditions–Commercial Items” [Oct 2018]
  • FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders” [Jan 2021]

The following subparagraphs of FAR 52.212-5 are applicable:

  • 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
  • 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
  • 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)
  • 52.219-13, Notice of Set-Aside of Orders (MAR 2020)
  • 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020)
  • 52.219-33, Nonmanufacturer Rule (JUN 2020)
  • 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020)
  • 52.222-26, Equal Opportunity (SEP 2016)
  • 52.222-50, Combating Trafficking in Persons (OCT 2020)
  • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
  • 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (JAN 2021) (
  • 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018)

VAAR 852.212-72 Gray Market and Counterfeit Items. (MAR 2020) (DEVIATION)

(a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory.

(b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.

(c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

All quoters shall submit the following:

1.   Quote with detailed line items and statement regarding the terms and conditions (modification, deletion or addition).

2.   OEM, authorized dealer/distributor letter from the OEM.

All quotes shall be sent to the NCO 9 Contract Specialist Jeff Ridenour at [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:

Price

The award will be made to the response most advantageous to the Government.

Responses should contain your best terms, 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 without modification, deletion, or addition."

 Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 6/29/2021 1:00pm CDT to [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 Specialist, Jeffery Ridenour, [email protected], 615-225-5628.

Bid Protests Not Available

Similar Past Bids

Indian Alaska 09 Aug 2019 at 4 PM
Indian Alaska 30 Jul 2019 at 4 PM
Durham North carolina 24 May 2019 at 3 PM
Location Unknown 23 Jul 2018 at 7 PM
Mountain home Tennessee 04 May 2021 at 8 PM