This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This procurement is a 100% SMALL BUSINESS SET ASIDE.
The solicitation number is VA-248-11-RQ-141 and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those effective through Federal Acquisition Circular 2005-53 interested persons may identify their interest and capability to respond to the requirement or submit proposals, all proposals received prior to 09/06/2011 will be considered by the Government NAICS code is 423450, size standard 500 employees.
The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Please note, all of the line items are designated brand name or equal
CLIN001 BRST 01/02 1 EIL: 38GGV CSN:6515-438670
Brainsight 2 TMS Neuronavigation
System Version 2 software (includes 3
years of upgrades) Northern Digital
Polaris Vicra, Pwr supply & cables
Camera Stand for Vicra Tool Box
Passive Pointer & 3 Spheres Coil
Tracker Kit Subject Tracker Kit
Calibration Tool 3 Replacement Passive
Spheres Brainsight User Manual
Styro-Head Apple iMac Computer (8.0GB
RAM, Intel Quad Core processor 27"
Display) I/O box w. TTL inputs & 2
channel MEP amplifiers Mobile trolley
1 UN _____________
CLIN002 BRST 03 Head and Coil Holder Chair and Stand
Stand Assembly Reclining/swiveling
chair w. removable arm rests 2 Passive
Articulated Coil Holder Arms Passive
Articulated Subject Forehead Rest Chin
Rest
1 UN_____________
CLIN003 Magstim 2002 Package Consisting of :
3010-00 - 1x Magstim 2002 Unit 3192-00
- 1x 90mm Remote Control Coil 3020-00
- 1x UI Controller
1 UN___________
CLIN004 3005-00 Magstim Super Rapid2 Package
Consisting of : 3012-00 1x Rapid2 Unit
3014-00 1x Dual Power Supply Module
3022-00 1x User Interface (UI) 3910-00
1x 70mm Double Air Film Coil* 3911-00
1x Air Film Coil Stand* 3526-00 1xTwo
Channel EMG Preamplifier Pod 3110-00
1x Coil Adaptor 2000-13 1x SD Card
Reader 3844-00 1x SD Card 32MB 3767-00
1x Trolley JALI-02 1x Trigger Adaptor
Cable
1 UN___________
CLIN005 201210 NEURO PRAXr TMS/tDCS 32 32-channel,
Full-band DC-EEG System, suitable for
EEG, ECG, EMG and polygraphy NEURO
PRAX Panel PC NEURO PRAX TMS/tDCS 32
Amplifier, 24-bit resolution, up to
4kHz sampling rate Measurement and
evaluation software TMS/tDCS/tACS
measurement software Data Link to
BrainsightT System Electrode Adaptor
Box & Transport Cases 1 UN_________
CLIN0006 203080 Optical Trigger Module, 1-channel 1 EA___________
CLIN007 904010 EEG Artefact Correction Software 1 EA___________
CLIN008 904310 Software Export Tool (to other data
formats) 1 EA ____________
CLIN009 905410 TMS-EEG Electrode Cap, 32-channel
(including low profile electrodes for
TMS), available in sizes: 52, 54, 56,
58 & 60cm 1 EA____________
CLIN010 905250 Standard EEG Electrode Cap,
32-channel, available in sizes: 52,
54, 56, 58 & 60cm 1 EA __________
CLIN011 905110 10 x Sintered Ag/AgCl Electrodes
(for use with Standard EEG Electrode
Cap) 1 EA_________
CLIN012 905800 Consumables Starter Set for EEG
Caps 1 EA_________
CLIN013 301020 NeuroConn Eldith I Channel DC -
Stimulator PLUS including starter
electrode kit ( 5 cm x 7 cm) 1 EA ____________
CLIN014 304020 Study Mode Software (Optional)
Programmable microprocessor controlled
Unipolar and Bipolar constant current
source for anodal and cathodal
stimulation. 1 EA___________
CLIN015 305010 Reuseable Electrodes and
Accessories (5 cm x 5 cm) 1 PG ___________
CLIN016 305020 Reuseable Electrodes and
Accessories (5 cm x 7 cm) 1 PG __________
CLIN017 303010 Trigger IN Module- external
triggering to DC Stimulator (Optional) 1 EA ____________
Requested Delivery Date: 20 DARO
Proposed delivery date: ___________________
Delivery, acceptance and FOB Destination point:
Malcom Randall VAMC, NF/SGVHS
AMMS (90D
1601 SW Archer Road
Gainesville FL 32608
Only electronic offers will be accepted. Offers are due to
[email protected] 2:00 p.m. EST Sept 06 2011.
INSTRUCTIONS TO OFFERORS
FAR 52.211-6 Brand Name or Equal (Aug 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) To the maximum extent practicable, offerors are encouraged to respond to this solicitation using pre-existing materials (such as brochures, catalogs, marketing documents) rather than creating new documents.
(e) Offerors shall annotate the salient characteristics listed above to indicate the location of the relevant information used to meet the specification (document name and page number).
(f) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) 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 factor shall be used to evaluate offers:
1. Meeting the salient characteristics listed above.
The Government will award to the lowest price, technically acceptable offeror.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES:
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are
http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively.
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010).
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011) For the purposes of this clause, items (b) 4, 6, 20, 24-26, 28, 35, 36, 39, and 45 are considered checked and apply.
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.211-73 Brand Name or Equal (Jan 2008)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984) For the purpose of this clause, the fill-in is "all states in which performance under this order occurs".
VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively.
FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008).
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx.
Bid Protests Not Available