SOLICITATION NOTICE
65 -- Intraoperative Neuromonitoring / Vital Nerve Monitoring System
- Notice Date
- 7/24/2023 9:02:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25023Q0968
- Response Due
- 8/11/2023 1:30:00 PM
- Archive Date
- 10/10/2023
- Point of Contact
- Morgan Stein, Contract Specialist
- E-Mail Address
-
Morgan.Stein@va.gov
(Morgan.Stein@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for: Total Small Business Set-Aside The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000. The FSC/PSC is 6515. The Cincinnati VA Medical Center has a requirement for Intraoperative Neuromonitoring Systems (EMG Monitors) and accessories. All interested companies shall provide quotations for the following: Supplies/Services Catalog No. Description Quantity Unit of Measure Unit Price Total Price NIMVITAL-COMP P BUNDLE NIM VITAL 2 EA NIM4CM01 CONSOLE NIM4CM01 NIM 4.0 2 EA 1897821 POWER CORD 1897821 6 METER IEC320 115V 2 EA NIM4CPB1 PATIENT INTERFACE NIM4CPB1 NIM 4.0 2 EA NIM4CPB2 CONN CABLE NIM4CPB2 PAT INTFC NIM 4.0 2 EA NIM4CAM1 INTFC ADAPTOR NIM4CAM1 MUTE PROBE 2 EA NIM4CC01 CART NIM4CC01 NIM 4.0 2 EA 8225825 PROBE 8225825 3PK INCREMT STD PRASS ROHS 2 EA NIMCAD400 INTFC ADAPTOR NIMCAD400 NIM 4.0 INCREMT 2 EA 8220325 MUTING PROBE 8220325 NIM 2 EA Brand Name Or Equal (BNOE) offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed item, to include the following salient characteristics: Provides detailed intraoperative nerve condition information Notifies in real time of nerve condition visually and audibly Continuous monitoring technology providing real-time feedback on nerve function so you can adjust course, during surgery affecting head and neck nerves EMG reporting to provide nerve condition tracking throughout a procedure, including while using intermittent nerve monitoring During both continuous and intermittent trending, green, yellow, and red status bars to provide visual information, and associated tones to provide audible cues to interpret EMG Nerve condition information can be captured in a single, meaningful snapshot Allows surgeons to identify the site of nerve injury Fully mobile and ergonomic cart includes High quality industrial wheels for cart maneuverability An ergonomic handle to transport the system with ease Intelligent noise reduction technology to suppresses artifact events by 94.5% Clinically relevant audible cues to alert to nerve functional status Wireless monitoring of nerve condition capability Wireless patient interface and muting capability Wireless console projection onto LCD screens capability Large touchscreen and streamlined user interface Smart troubleshooting pop-ups for system issues and offers resolution protocols Enhanced remote control of critical settings from the surgical field Alternate submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or ""gray market"" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Equipment items, and related services will be delivered, as required, to: Cincinnati VA Medical Center 3200 Vine St. Cincinnati, OH 45220-2213 Period of Performance Delivery shall be provided no later than 60 days after receipt of order (ARO). FOB: Destination. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). All quotes shall be sent to the Contracting Specialist, Morgan Stein at Morgan.Stein@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes 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:"" Submission of your response shall be received not later than 16:30 PM Eastern Time ON August 11, 2023. No phone calls please. Quoters shall list exception(s) and rationale for the exception(s), if any. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, Morgan.Stein@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7a152096c44c49fdbe13cda840779d6b/view)
- Place of Performance
- Address: Department of Veteran Affairs Cincinnati VA Medical Center 3200 Vine St., Cincinnati, OH 45220-2213, USA
- Zip Code: 45220-2213
- Country: USA
- Zip Code: 45220-2213
- Record
- SN06761201-F 20230726/230724230055 (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 |