The RFP Database
New business relationships start here

Neuroscience Research Equipment Clips, Electrodes, and Brain Stimulators


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26119Q0168
Posted Date:
September 14, 2018
Response Date:
March 22, 2019 at 1 p.m. Eastern Standard Time (EST)
Product or Service Code:
6515
NAICS Code:
339113 with a size standard of 750 employees
Contracting Office Address
Department of Veterans Affairs
Network Contracting Officer 21
VA Southern Nevada Healthcare System
6900 N. Pecos Road, Building 6
North Las Vegas, NV 89086
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 with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.
The San Francisco VA Medical Center, located at 4150 Clement Street, San Francisco 94121 is seeking to purchase clips, electrodes, and brain stimulators for neuroscience research.
This is a Brand Name or Equal RFQ. The manufacturer of the brand name items is Tucker-Davis Technologies, Inc. Interested companies shall provide quotations of Brand Name or Equal items for the following:
Price Cost Schedule of Supplies and Services
Line Item
Description
Quantity
Units
Unit Price
Total Price
1
Item: Z-Series 64-Channel Stimulator
Manufacturer's part number: IZ2-64
1
EA
B
B
2
Item: Two 48 V LI Battery Packs With Medical ISO For IZ2 Stimulator
Manufacturer's part number: LZ48m-500
1
EA
B
B
3
Item: DSP For RZ Processor For IZ2 Stimulator
Manufacturer's part number: RZ_DSP_I
1
EA
B
B
4
Item: 32-Channel ZIF-Clip Passive Headstage
Manufacturer's part number: ZC32-P
2
EA
B
B
5
Item: 64-Channel Digital ZIF-Clip Headstage
Manufacturer's part number: ZD64
2
EA
B
B
6
Item: Digital ZIF-Clip Headstage Cable
Manufacturer's part number: ZD-CBL
2
EA
B
B
7
Item: 64-Channel ZIF-Clip Microwire Array With Aluminum Shroud
Manufacturer's part number: ZIF3030-64-AL
6
EA
B
B
Award shall be made to the quoter who is deemed responsible in accordance with the FAR and whose quotation conforms to the solicitation; and whose quote, judged by an overall assessment of the quoter s qualifications specified in this solicitation, meets the technically acceptable standard for the non-price factors, and provides the lowest evaluated price. To meet the technically acceptable standards, items quoted must be either brand name or meet the salient characteristics of this solicitation. All quoted items shall be new, and shall not be used, refurbished, recycled, or in any other form, including substitutions. If items quoted are not all new, the quote will be rejected as nonresponsive. Delivery shall be F.o.b. destination. Quotes submitted on a basis that is other than F.o.b. destination will be rejected as nonresponsive. Quotes submitted that include any gray market item(s) shall be rejected as nonresponsive.
Gray market items:
(a) Gray market items are OEM goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.
B (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B
Any quotes submitted for any name brand items must be from an OEM, authorized distributor, authorized reseller, authorized dealer, or authorized partner, or quote will be rejected as nonresponsive.
Before the quote s specified expiration time, the Government may accept a quote (or part of a quote) after its receipt, unless a written notice of withdrawal is received before award.
Salient Characteristics are as follows:
Must be compatible with existing Tucker-Davis Technologies, Inc. electrophysiology equipment (passive, analog, and digital ZCD 32 and 64 channel recording clips; 32 and 64 channel electrodes, ZIF2011-64-AL, ZIF3011-64-AL, Tucker-Davis Technologies workstations, communicators, RZ2 stimulator, RZ2/4 amplifiers, and custom made microwire arrays),
Must be compatible with each other,
Must be designed for use in an industrial environment,
Must have the ability to record and conduct rodent electrophysiology,
Must be customizable,
Must be designed for neuroscience research,
Electrodes and clips must be designed to record neural changes in the brain,
Instrument must allow for direct current stimulation,
Stimulator must be capable of inducing electrical current for therapy,
Electrodes must have a 2.5 millimeter tip and be 24 inches (+/-.5 inches),
Headsets must be 5 6 inches,
Stimulator must be 12 inches (+/-.5 inches) and less than 5 pounds,
Electrodes and clips must be less than 1 pound,
Recordings produced must be stable and reliable so that they can be tracked for a time period that is longer than one (1) month, and
Must be able to wash and reuse electrodes in acute settings.
The procurement of these commercial supplies and/or services is in accordance with FAR part 12 Commercial Items, FAR part 13 Simplified Acquisition Procedures, and the Veterans Affairs Acquisition Regulation (VAAR), as supplemented with additional information in this notice. The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (DEVIATION 2018-O0018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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)
No addenda are attached.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019)
The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, Alternate I of 52.225-3, 52.225-13, and 52.232-33.
Other provisions and clauses that apply to this acquisition:
FAR 52.211-6 Brand Name or Equal (Aug 1999)
FAR 52.233-2 Service of Protest (SEP 2006)
Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Susanne Christen Contract Specialist Hand-Carried Address:
Department of Veterans Affairs
Attn: Contracting Office/Susanne Christen
6900 North Pecos Road, Admin. Bldg., Room Number 2H201G
North Las Vegas NV 89086
Mailing Address:
Department of Veterans Affairs
Attn:Contracting Office/Susanne Christen
6900 North Pecos Road, Admin. Bldg., Room Number 2H201G
North Las Vegas NV 89086
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71 Alternate Protest Procedure (OCT 2018)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.233-1 Disputes (MAY 2014)
FAR 52.247-34 F.o.b. Destination (NOV 1991)
VAAR 852.203-70 Commercial Advertising (MAY 2018)
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246-71 Rejected Goods (OCT 2018)
FAR 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 test of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
http://www.va.gov/oal/library/vaar/vaarpdf.asp
http://farsite.hill.af.mil
001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUN 2011)
The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments.
(End of Clause)
All Quoters shall submit the following: Quote(s). Authorized distributor or reseller letters should be included with quotes, unless quoter is the OEM. OEMs are not required to submit authorized distributor or reseller letters. Quoters should include completed copies of FAR 52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2018) with quotation(s). For equal quote(s), inclusion of descriptive literature such as brochures, spec sheets, descriptions, etc. that demonstrate how items(s) meet or exceed the salient characteristics of the items listed in this solicitation is encouraged. The contracting officer is not responsible for finding or searching out any information not provided in the quote(s).
Quote(s) shall be emailed to Susanne Christen at Susanne.Christen@va.gov, and shall be in either MS Word or Adobe .pdf format. The RFQ number of this solicitation should be included in the subject line of quote(s).
This is an open-market combined synopsis/solicitation for items as defined herein.B The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, quote(s) 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received no later than 1 p.m. EST on March 22, 2018 at the firewall of VASNHS or email inbox of Susanne.Christen@va.gov. The RFQ number of this solicitation should be included in the subject line, and local part numbers, if any, shall be included with quote(s). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Telephone requests for information or questions will NOT be accepted. No hard copies of this RFQ will be provided.
Point of Contact
Susanne Christen, Susanne.Christen@va.gov

Susanne Christen

susanne.christen@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP