SOLICITATION NOTICE
65 -- HM70 EVO Ultrasound System
- Notice Date
- 9/7/2022 8:35:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25922Q0733
- Response Due
- 9/9/2022 11:00:00 AM
- Archive Date
- 11/08/2022
- Point of Contact
- BARRON LONG, HM70 EVO Ultrasound System, Phone: 303-712-5741
- E-Mail Address
-
BARRON.LONG@VA.GOV
(BARRON.LONG@VA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 16 of 16 Page 16 of 16 Page 16 of 16 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 12 Page 1 of 14 Page 1 of 14 SUBJECT* HM70 EVO Ultrasound System GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 80111 SOLICITATION NUMBER* 36C25922Q0733 RESPONSE DATE/TIME/ZONE 09-09-2022 1200 MOUNTAIN TIME, DENVER, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SMALL BUSINESS PRODUCT SERVICE CODE* 6525 NAICS CODE* 334517 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office NCO 19 6162 South Willow Drive, Suite 300 Greenwood Village CO 80111 POINT OF CONTACT* HM70 EVO Ultrasound System BARRON LONG BARRON.LONG@VA.GOV 303-712-5741 PLACE OF PERFORMANCE ADDRESS Rocky Mountain Regional VA Medical Center 1500 N. Wheeling Street Aurora CO POSTAL CODE 80045 COUNTRY ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Request for Quote (RFQ) #: 36C25922Q0733 HM70 EVO Ultrasound System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm MST, 9/8/2022 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to barron.long@va.gov no later than 12:00pm MST, 9/9/2022. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25922Q0733. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 26, 2022. The North American Industrial Classification System (NAICS) code for this procurement is 334517 with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for Small Business. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 HM70 EVO Ultrasound System 2 EA $ $ 0002 CA2-8AD Convex Probe 2 EA 0003 LA3-16AD Linear Probe 2 EA 0004 Needle Mate for Samsung HM70 EVO 2 EA 0005 Panoramic+ for Samsung HM70 EVO 2 EA 0006 Compact Adjustable Height Cart with 3 Probe Port Connections 2 EA 0007 Extended Battery Power Pack 2 EA 0008 High Gain Dual Band USB Adapter 2 EA 0009 Initial Application On-Site Training (1-Day) and Installation 2 EA GRAND TOTAL Description of Requirements for the items to be acquired; 2.5 SALIENT CHARACTERISTICS 2.5.1. Ultrasound for Pain Procedures Quantity: Two (2) Basis of Design: Samsung HM70 EVO STD System or Equivalent General Functionality and Utilization Units will be used for ultrasound pain procedures in a physical medicine clinic This will be a point-of-care solution, so unit must be mobile with quick setup/startup for operation System Specifications/Salient Characteristics Laptop Style with 15 LCD Monitor o Approximately 2.5 closed and 15 wide 256 GB SSD internal, integrated storage 2-38 cm depth range depending on probes Minimum of 2 active ports on system Minimum of 1 USB Port TP Link AC 1900 Wireless Adapter DICOM 3.0 Storage, Modality Worklist, and Structured Reporting. Compliant with all Standard PACS systems and Ultrasound reporting systems Windows 10 Power Requirements 100-240 V AC, 50-60 Hz Minimum of 145 mins of scan time on full charge Overall Cart/Size of Unit: no larger than 22x22x39.5 Ability to upload and store images to IMPAX wifi transfer capable Wifi connectivity Imaging Modes 2D, 3D, Color Doppler, S-Flow, Power Doppler, M-Mode, PW, TDI, TDW, and Full Screen Mode Needle Mate+ technology to enhance needle visualization Software with ability to quickly optimize brightness levels by adjusting the gain and TGS controls when using 2D image mode Software with ability to filter out speckle noise Trapezoid, Harmonic Imaging, and Pulse Inversion Harmonics Must provide some form of needle guide or trajectory with In-Plane or Out-of-Plane approaches Additional Options: Probes that must be included o Convex probe with a frequency range of 2-8 MHZ designed for Abdominal and OB/GYN imaging (Samsung CA2-8AD or equivalent) o Linear array probe with a frequency range of 3-16 MHz and a footprint of 40 mm designed for vascular, small parts and musculoskeletal imaging (Samsung LA3-16AD or equivalent) Compact, height adjustable cart with 3 probe connections that is compatible with HM70 EVO system (Samsung 3P Cart or equivalent) Extended battery with High Capacity for 150 Min scan time 3 Pedal Programable footswitch Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) Delivery Location: Contractor shall deliver all equipment to the following locations: One (1) each of system/line items to Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling Street Aurora, CO 80045 One (1) each of system/line items to PFC Floyd K. Lindstrom VA Clinic located at 3141 Centennial Blvd, Colorado Springs, CO 80907 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (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. No remanufactures or gray market items will be acceptable. Offeror 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. 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. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right 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. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) ; and (III) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) The offeror shall complete the Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (DEVIATION) This will be a firm fixed contract with an estimated lead time for delivery is approximately 30 days. Factor 3. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) if SDVOSB set-aside VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to barron.long@va.gov by 12:00pm MST, 9/9/2022. Name and email of the individual to contact for information regarding the solicitation: Barron Long Barron.long@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f71f291cfb554c55908139038ed20299/view)
- Place of Performance
- Address: ROCKY MOUNTAIN REGIONAL VA MEDICAL CENTER 1500 N WHEELING ST, AURORA 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN06456123-F 20220909/220907230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |