This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is VA250-15-Q-0636 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and the associated NAICS code is 339112 and small business size standard is 1,000 employees. The requirement is for a multichannel, ambulatory, sleep recorder. Delivery location is Dayton VAMC, Dayton, OH and shall be FOB destination. Delivery required within 30 days of contract award. Please see the salient characteristics below.
Network Contracting Office (NCO) Columbus, OH requires the following items, brand name or equal in accordance with FAR Clause: 52.211-6 and VAAR Clause 852.211-73.
Trex HD Ambulatory System (1 each)
Salient Characteristics
Small and lightweight
Durable
Dependable signal quality
Long battery life
Multi modal
24 AC channels, 4 differential channels, 4 DC channels plus oximetry data
PC connectable with high-speed USB cable
Provides sleep and EEG data
Uploads 24 hours of EEG data in less than 6 minutes
Operates on two AA batteries
Storage for up to 96 hours of data
Provides sleep and EEG data
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34.
This procurement will be solicited pursuant to the Veterans' First Program and Public Law 109-461 as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Only quotes from SDVOSBs currently in the VetBiz Registry will be accepted.
The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. Offers should also include best expected delivery date.
The following VAAR Clauses apply:
852.203-70 Commercial Advertising
852.211-70 Service Data Manuals
852.211-73 Brand Name or Equal
852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee
852.246-71 Inspection
Quotations are to be submitted as all or none and mailed to Shelton Beasley at
[email protected] no later than August 31, 2016 at 12 PM (noon) EST.
Bid Protests Not Available