The RFP Database
New business relationships start here

36C249-19-AP-2174 Mobile EEG cart for Neurology


Tennessee, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 10 of 10
General Information
Document Type: Combined Solicitation/Synopsis
RFQ Number: 36C24919Q0341
Posted Date: 06/20/2019
Response Date: 06/27/2019 @ 12:00 AM EST
Classification Code: 14
Set Aside: SDVOSB
NAICS Code: 339112

Contracting Office Address
Network Contracting Office 9
ATTN: Jack Mullins Jr.
Department of Veterans Affairs
Contracting Office, 4th floor
1639 Medical Center Parkway
Murfreesboro, TN 37129

Description
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; quotes are being requested and a written solicitation will not be issued.
This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 / 06 May 2019.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1250 employees.
Pursuant to FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The Network Contracting Office 9 is seeking a vendor that will provide the necessary requirement to the Lexington VA Medical Center in Lexington, KY.
All questions regarding this RFQ must be in writing and may be sent by e mail to jack.mullinsjr@va.gov
Questions must be received no later than June 21, 2019 at 4:00 PM EST. No further questions will be accepted after that date and time.
You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.
All interested companies shall provide a brand name quotation for the following: CLIN DESCRIPTION QTY UNIT OF ISSUE PRICE EXT PRICE
CLIN
DESCRIPTION
QTY
UNIT OF ISSUE
PRICE
EXT PRICE
0001

EEG/SLEEP ACQ DESKTOP
1
EA


0002
UPGRADE NEUROWORKS 9. X ACQUSITION SOFTWARE
1
EA


0003
24 FP MONITOR
1
EA


0004
ISOLATION TRANSFORMER 110V
1
EA


0005
MS WORD REPORT EDITOR
1
EA


0006
COMPUTER PROVIDED W/ENCRYPTED HARD DRIVE
1
EA


0007
EXTENDED VIDEO MONITORING CONTROLLERS
2
EA


0008
LED PHOTIC STIMULATOR
1
EA


0009
BRAIN MONITOR AMPLIFIER
1
EA


0010
REVIEW/MONITORING DESKTOP
1
EA


0011
UPGRADE NEUROWORKS 9. X REVIEW SOFTWARE
1
EA


0012
MS WORD REPORT EDITOR
1
EA


0013
COMPUTER PROVIDED W/ENCRYPTED HARD DRIVE
1
EA


0014
EEG DESKTOP UPG W/STARTECH GRB
1
EA


015
UPGRADE NEURO WORKS 9. X ACQUISITION SOFTWARE
1
EA


016
MS WORD REPORT EDITOR
1
EA


017
COMPUTER PROVIDED W/ENCRYPTED HARD DRIVE
1
EA


018
STARTECH PCIe GIGABIT NIC
1
EA


019
INSTALLATION INCLUDED
1
EA


020
TRAINING INCLUDED
1
EA







1.1 Objectives:
EEG/Sleep Acq. Desktop with IP PTZ Color/BW camera on ErgoJust Cart- Mobile EEG Cart needed
for Neurology.
2. Requirements
1. Equipment to be delivered to medical center.

3. Schedules/Milestones
1. Delivery within 30 days of purchase.
4. Transmittal/Delivery/Accessibility
The contractor shall provide [1] hard copy of each deliverable and one electronic version.

See attached document: Public notice memo.

EVALUATION OF QUOTES:
Award shall be made to the vendor whose quotation offers the best value to the government, considering technical acceptability, past performance, and price. In accordance with FAR 13.106-2(b)(3), the government will evaluate information based on the Comparative Evaluation process, by comparing one quotation with another in a uniform and fair manner to determine which quote provides the government what it needs, where and when as identified herein. Once one quote is determined acceptable, that quote will then be compared side by side to the remaining quotes; the best quote will then be chosen.
QUOTE FORMAT AND SUBMISSION REQUIREMENTS:
a. Offerors shall provide only one quote. Quote should be emailed to jack.mullinsjr@va.gov NLT 06/27/2019 at 12:00 AM EST. Non-compliance with this requirement may result in disqualification of the quote.
b. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM
c. All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award.
d. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offeror shall list exception(s) and rationale for the exception(s).
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 and provisions apply to this acquisition:
52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors
52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017)
52.219-28 Post Award Small Business Program Re-representation (JUL 2013)
52.222-3 Convict Labor (JUNE 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016)
52.222-26 Equal Opportunity (SEPT 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Alternate I Buy American-Free Trade Agreements-Israeli Trade Act (May 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
(End of Clause)
852.203-70 Commercial Advertising (MAY 2018)
The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the
clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of Clause)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment;
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests;
(4) Invoice payment has the meaning given in FAR 32.001; and
(5) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form. Purchases paid with a
Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A Contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract.
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI)
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
852.246-71 Rejected Goods (JAN 2018)
(a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor.
(b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products.
(End of Clause)
The following RFQ provisions apply to this acquisition:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp
52.204-7 System for Award Management (OCT 2018)
52.212-1 Instructions to Offerors-Commercial Items (OCT 2018)
(End of Clause)


Point of Contact
Contract Specialist
Name: Jack Mullins Jr.
Organization: NCO 9
Phone No.: 502-287-5036
E-Mail Address: jack.mullinsjr@va.gov
See attached document: LSJ VQ Desktop Windows 10 upgrade
See attached document: LSJ - LSG VQ Desktop Win-10 PC Upgrade and HL7 EMG Gateway Upgrade.

Jack Mullins Jr.
jack.mullinsjr@va.gov

jack.mullins@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP