6525--Mobile CT Rental Unit - Jesse Brown

expired opportunity(Expired)
From: Federal Government(Federal)
36C25223Q0222

Basic Details

started - 09 Dec, 2022 (15 months ago)

Start Date

09 Dec, 2022 (15 months ago)
due - 15 Dec, 2022 (15 months ago)

Due Date

15 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
36C25223Q0222

Identifier

36C25223Q0222
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102122)VETERANS AFFAIRS, DEPARTMENT OF (102122)252-NETWORK CONTRACT OFFICE 12 (36C252) (4630)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 2022-08 (effective 10/28/2022). This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 532120, Truck, Utility Trailer, and RV (recreational Vehicle) Rental and Leasing with a small business size standard of $38.5M. The FSC/PSC is 6525, Imaging Equipment and Supplies:
Medical, Dental, Veterinary. Requirement The Jesse Brown VA Medical Center (VAMC) located at 820 S. Damen Avenue, Chicago, IL 60612-4223 is seeking to lease a Mobile Computed Axial Tomography (CT) scanner trailer to provide better access for patients in remote locations. The estimated period of performance will be for the length of 3 months, 12/30/2022 through 03/30/2023 with the option to extend the contract for 1 additional month if needed. The Government intends to award a firm fixed-price purchase order. The awarded purchase order will include FAR Clause 52.217-9, Option to Extend the Term of the Contract. All interested contractors shall provide quotations for the following: Estimated Period of Performance 12/30/2022 through 03/30/2023 Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Mobile CT Scanner Monthly Rental Fee 3 MO 0002 Delivery and Set Up Fee 1 EA 0003 Decommissioning and Removal Fee 1 EA 0004 Cold Weather Package (if not standard) 1 EA DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Scope Contractor shall provide all materials, tools, equipment, maintenance and repair of all Contractor furnished equipment (including a mobile trailer/unit) necessary to perform mobile CT services utilizing a Siemens 64 slice helical CT system or better with a MEDRAD power injector at Jesse Brown VA Medical Center located at 820 S. Damen, Chicago, IL 60612. All equipment to be used during the performance of the contract must be FDA approved imaging equipment and placed at a location designated by the onsite COR at Jesse Brown VA Medical Center. Contractor shall be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA system and structure of the bay. Contractor shall be responsible to maintain all equipment in good working order at all times and shall make alternate accommodations for the VA for lost time resulting from defective workmanship or equipment failure. Jesse Brown VA Medical Center requires a Computed Tomography unit with a minimum of 64-slices to be placed on-site and in a mobile trailer, with the most updated/current version hardware and software available from the manufacturer. The system must include 3D reconstruction package and be capable of performing the highest quality CT scans possible. The system must include Vascular scanning for CT Angiography. Software and hardware shall be upgraded in concurrence with newest OEM factory releases no later than 3 months post release from OEM. Specific Tasks Imaging services shall be performed by VA staff in the unit an estimated 24/7 hours per week. Equipment shall include but not be limited to a fully equipped Siemens 64-Slice CT Helical System with MEDRAD power injector. Contractor furnished Mobile Trailer where studies will be performed on state-of-the-art equipment furnished by the Contractor. As further defined in 52.212-2, Evaluation Commercial Items, Contractor shall submit their equipment specifications on which CT scan procedures will be performed; include name of manufacturer, model number, make and all pertinent information. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COR onsite at Jesse Brown VA Medical Center. The entire offering of a CT Mobile Trailer service shall meet all local, state, federal, industry, TJC, NEC, NFPA, VA, OSHA, and other regulatory standards internal or external which Jesse Brown VA Medical Center are currently held accountable. The Contractor shall provide a mobile Siemens 64 slice CT trailer that is a full body CT scanner system and MEDRAD power injector onsite in accordance with the terms and conditions of this contract. The unit shall have the ability to perform a wide range of exams as listed below: Complete body imaging such as: CT of the Chest, Abdomen, Pelvis, Extremities CT of the Head, Neck and Spine CT Angiography (CTA) of the entire body All other CT procedures Equipment List To be provided at no additional cost to Jesse Brown VA Medical Center. Computer Tomography Scanner 64 Slice Computer Tomography Scanner Dose Reduction software. Metal Reduction software. NEMA (National Electrical Manufactures Association s) Medical Imaging and Technology Alliance (MITA) standards XR 25, XR 26 and XR 29. 550 lb. patient capacity table (minimum). 47 cm table width (minimum). Storage capacity of raw data 2 Terabytes (minimum). X-ray tube heat capacity 7.0 MHU (minimum). Ease of use automated features (Milli Amps MA and Multi Planner Reconstructions (MPR s)) Spatial resolution. DICOM VA Vista Rad and Vista Imaging compatible Windows 7, Windows 10 or Unix Hard copy and digital copy, if available, of the original OEM System manuals, software CD/DVDs, schematic drawings, and any additional OEM documents for both Computer Tomography Scanner and Injector; Injector: MedRad contrast injector to remotely inject during contrast enhanced CT exams. Hard copy and digital copy, if available, of the original OEM System manuals, software CD/DVDs, schematic drawings, and any additional OEM documents for both Computer Tomography Scanner and Injector; Windows 7 or Unix; if applicable. DICOM VA Vista Rad and Vista Imaging compatible; if applicable Additional Requirements: The semi-trailer that houses the CT scanner must have sufficient space to provide for patient wheelchair access as well as service access. This is typically provided with 2 slide-out extensions within the CT scan room. In addition, a lead shielded operator control room with a door and an additional room for an office or storage. The control room shall have lockable storage cabinets. A MedRad dual syringe injector shall be positioned on a wheel stand in the scan room with operator controls integrated into the CT scanner console. The injector shall have adequate length power cables to reach to either side of the CT table as needed. Contractor will need to install protocols from existing current Siemens 64 Slice Scanner to the lease scanner prior to start of operating contract to ensure equipment is ready for patient care. Two height adjustable office chairs with wheels, to fit the space constraints, will be provided by the vendor. The CT trailer must meet Federal codes for radiation safety and lead shielding. The CT trailer must have an ADA patient lift with guardrails for wheelchair & stretcher patient access with an outside remote switch hand control. Heavy duty non-slip stairs with dual handrails must also be provided for safe staff and patient access. Stairs must meet approval from the JB Safety manager. Vendor will provide accessories and positioning devices including CT slicker, pad, chin & body straps, head holder, knee bolster and blanket warmer for patient comfort. The CT unit shall have the ability to perform CT exams of the head, neck, body and extremities, with the capability to perform 3D CT angiography, with a minimum table capacity of 550 lbs. and gantry bore of 70 cm. Vendor must provide full-service maintenance service and OEM parts & labor, including preventative maintenance (PM) as recommended by the original equipment manufacturer (OEM) specifications for all systems and devices provided (CT and Injector). Vendor must schedule PMs with the Contracting Officer s Representative (COR) with at least 1-month advance notice. Technical Phone Support must be available within 1 hour from initial call for service Sunday through Saturday, 24 hours per day 7 days a week, 365 days per year. OEM service (including emergency repair) Sunday through Saturday, 24 hours per day 7 days a week, 365 days per year must be available within 4 hours from initial call for service and all repairs must be completed within 48 hours from initial call. Contractor shall provide a phone number to call for technical/repair services. Vendor must provide full-service maintenance and parts (all parts) on the CT trailer, including heating, electrical and air conditioning. In addition, monthly and annual safety inspections in accordance with local/national regulations such as National Fire Protection Association (NFPA) 10, 101, 110 and Joint Commission EC standards must be performed. This includes, but is not limited to fire alarm, fire extinguishers and emergency lighting. Monthly emergency generator testing will also be required. These reports will be provided to the COR. Contractor shall provide a phone number to call for technical/repair services. Service tickets indicating work being done on the trailer, injector, CT system will be provided to the COR as the work is done. Staffing: JB CT Technologists will staff and operate the unit. The contractor shall provide 1 day of clinical applications training for two (2) JB CT Radiologic Technologists. CT unit must send images via DICOM to our JB Vista PACS archiving system and must be an already approved Veteran Admiration (VA) DICOM interface verified by the Contractor. Contractors responding to this solicitation will provide compliance with VA and DICOM standards. Contactor shall assist the JB Vista PACS administrator and JB IT Department to set up the CT unit and demonstrate that the images are transmitting to the JB Vista PACS system. Adequate length electrical & data cables must be provided to reach our connections on the outside of the building and shall be compatible with JB current outside connectors. The JB will provide an estimated 24-foot-wide by 48-foot-deep pad with power and data outlets. Vendor will validate that existing utilities and pad will be sufficient for their system. A site visit is recommended to survey the location of the CT trailer, electrical and data connections prior to submitting an offer. CT scanner must be certified/calibrated to OEM specifications and must be maintained with original OEM parts, including the CT x-ray tube. MedRad Dual Power Injector must be certified/calibrated to OEM specifications and must be maintained with original OEM parts. Mobile unit must have air conditioning, heating, and emergency backup generator. Backup generator will be tested upon arrival and tested by the vendor monthly and will be expected to operate correctly. Vendor shall provide diesel fuel for the generator. At the end of the lease or any time a hard disk drive is required to be replaced or removed the drive must be removed by the vendor and turned over to the COR for destruction at no cost to the JB or, patient data must be removed to the satisfaction of the Information Security officer (ISO). Any removable media used for diagnostic purposes will be required to be scanned by JB prior to use. Coordinate with the COR. Contractor will deliver, set-up and test unit. The contractor will be required to pay for a JB approved Licensed Radiation Physicist to inspect the CT Scanner upon delivery (if required by ACR/Joint Commission) and to inspect the operation any time maintenance or repair on the system would impact radiation output to ensure proper operation (i.e., tube changes). Mandatory annual testing is included in this requirement. The Vendor will make sure a copy of the Physicist report is provided to the COR each time the system is inspected. The CT Unit is required to be operational 98% of the time. The 98% monthly uptime is calculated by the number of hours the system can see patients monthly by the number of hours that the clinic is available to see patients. Downtime is not counted for lack of facility staff, patient no shows or other situations, such as weather closures, where it was not the fault of the CT system. Failure of the contractor to perform in accordance with this requirement may constitute a sufficient basis for termination of the contract. The following criteria apply for determining appropriate action: Notifications: The COR shall notify the contract holder of failure to meet the uptime standard through electronic mail within 1 hour of occurrence of downtime. Deductions: The Government has the right to withhold a portion of monthly payment based on failure to meet the stated uptime. This negative incentive is calculated by the number of cancelled patients that occur beyond a 3-business day grace period. For example, if the CT is down for 5 days, the first three (3) days there would be no deduction. However, each patient that was scheduled for the other 2 days would incur a $1,000.00 (one thousand dollar) per study per patient. If there were 15 patients with one study each, then the cost of the deduction would be $15,000.00 (fifteen thousand dollars). This negative incentive shall not exceed the monthly total payment for the month. Termination: If the Contracting Officer (CO) determines the contract has failed to perform to the extent that a termination is justified, the CO shall issue a notice of termination in accordance with Agency procedures. Government-Furnished Property and Services GENERAL: The government will provide all direct patient care medical supplies. These include, but are not limited to, contrast materials, syringes, IV tubing, oxygen masks and tubing, needles, emesis basins, gowns, and other similar direct patient care items. EQUIPMENT: The government will provide a telephone line, utilities (power supply), internet connectivity, network connection to hospital or clinic network, CT pad. Contractor Furnished Equipment Mobile CT scanner shall include a ramp and/or a lifting device for non-walking patients. Services shall include equipment maintenance, (scheduled and unscheduled) and required supplies necessary to perform services detailed herein. Contractor shall also be responsible for the control of waste management and proper disposal of all waste materials. Equipment shall include, but not be limited to, a fully equipped CT. Contractor shall submit an equipment specification list of all equipment by location, including the CT unit(s) with contractor s signed quote. Contractor should already have the CT unit certified by Physicist prior to delivering unit or on site at time of commissioning unit. Contractor shall provide all equipment service records upon request. Include name of manufacturer, model number, manufacturer s brochures cut sheets, equipment specifications and all pertinent data with offer. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COR. CT pads and restraints CT compatible nonferrous wheelchair and stretcher with IV pole (gurney) Nonferrous oxygen cylinder Capability to provide patient exam on CD Dressing and storage areas CT license for PACS Interface between CT scanner and PACS, Dicom print, store and work list Optical disk archival device compatible with PACS Code kit and code call button CT compatible 02 saturation monitor Contrast media and warmer CT compatible power injector Housekeeping Contractor shall be responsible for the overall housekeeping inside of the unit including, but not limited to, removal and proper disposal of all debris on a daily basis or as often as necessary to maintain a sanitized and neat environment. Contractor will dispose of waste in appropriate Hospital receptacles. TYPE OF CT SCANS (MINIMUM) ABDOMEN WITHOUT CONTRAST ABDOMEN WITH CONTRAST ABDOMEN WITH AND WITHOUT CONTRAST CERVICAL SPINE WITHOUT CONTRAST CERVICAL SPINE WITH CONTRAST CERVICAL SPINE WITH AND WITHOUT CONTRAST HEAD/BRAIN WITHOUT CONTRAST HEAD/BRAIN WITH CONTRAST HEAD/BRAIN WITH AND WITHOUT CONTRAST LDCT LUNG CANCER SCREENING LOWER EXTREMITY WITHOUT CONTRAST LOWER EXTREMITY WITH CONTRAST LOWER EXTREMITY W/ AND W/O CONTRAST LUMBAR SPINE WITHOUT CONTRAST LUMBAR SPINE WITH CONTRAST LUMBAR SPINE WITH AND WITHOUT CONTRAST NECK SOFT TISSUE WITHOUT CONTRAST NECK SOFT TISSUE WITH CONTRAST NECK SOFT TISSUE WITH AND WITHOUT CONTRAST ORBIT/IAC WITHOUT CONTRAST ORBIT/IAC WITH CONTRAST ORBIT/IAC WITH AND WITHOUT CONTRAST PELVIS WITHOUT CONTRAST PELVIS WITH CONTRAST PELVIS WITH AND WITHOUT CONTRAST SINUSES/MAXILLOFACIAL WITHOUT CONTRAST SINUSES/MAXILLOFACIAL WITH CONTRAST SINUSES/MAXILLOFACIAL WITH AND WITHOUT CONTRAST THORACIC SPINE WITHOUT CONTRAST THORACIC SPINE WITH CONTRAST THORACIC SPINE WITH AND WITHOUT CONTRAST THORAX (CHEST) WITHOUT CONTRAST THORAX (CHEST) WITH CONTRAST THORAX (CHEST) WITH / WITHOUT CONTRAST UPPER EXTREMITY WITHOUT CONTRAST UPPER EXTREMITY WITH CONTRAST UPPER EXTREMITY WITH & WITHOUT CONTRAST ABDOMEN/PELVIS WITHOUT CONTRAST ABDOMEN/PELVIS WITH CONTRAST ABDOMEN/PELVIS WITH AND WITHOUT CONTRAST ANGIO STUDIES New hardware and software necessary for the ability to: Transmit CT Images to Jesse Brown VA Medical Center PACS for interpretation. Perform required Post processing such as Multi Planar Reconstruction (MPR) and Maximum Intensity Projections (MIP) Inject contrast via power injector (MedRad Injection System). Use Adaptive Statistical Interative Reconstruction (ASiR) for low dose/radiation reduction CT exams. Dicom network connection to existing version of AFGA IMPAX The mobile unit shall be equipped with an Optical disk archival system. The patient data and optical disk is the property of Jesse Brown VA Medical Center. The mobile unit shall be equipped with CD-R burning capabilities as a backup to network transfer of data. The mobile unit shall be equipped with an Analysis Station. Accessory Equipment Accessory equipment that shall be provided by the Contractor: Handicap accessibility. Intercom system between the control room and scanning room. Equipment Specifications The following minimum performance characteristics of the equipment are required: Contractor will be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA furnished services defined herein. The mobile CT trailer must fit on a 58 x 18 (6 thick) concrete slab at Jesse Brown VA Medical Center. The CT shall provide images with consistently high technical quality. The CT Unit shall have a multi-slice detector and be capable of acquiring a volume of images within one breath hold for different body parts. The CT unit shall be capable of acquiring data for anatomic localization. The CT system shall have attenuation correction algorithm(s) that are designed to use non-contrast enhanced CT data. The CT multimodality review station shall have attenuation correction algorithm(s) that are designed to use CT data with intravenous contrast enhancement. The CT multimodality review station shall have attenuation correction algorithm(s) that are designed to use CT data with oral contrast enhancement with positive contrast (iodinated contrast). The CT system shall have attenuation correction algorithm(s) that are designed to use CT data with oral contrast enhancement with negative contrast (water). Two CT review stations shall be provided as follows: One standard CT review station and One multimodality review station: This review station shall have multimodality display capability, including magnetic resonance imaging, computerized tomography, radiography, ultrasonography etc. with the capability to reconstruct and/or post-process magnetic resonance and computerized tomography as well as CT. Both review stations shall be of diagnostic quality and shall have the capacity to handle the computational load of 3-dimensional datasets. The CT review station shall have software packages that are designed to reconstruct/post-process MPRs and MIPs. The review stations shall have computers with high processing performance and large memory capacity to achieve real-time interactive navigation without compromising the native resolution of CT images (spatial resolution and dynamic range). The review stations shall have image fusion capability. The review stations shall have software tools that allow interpreting physicians to navigate between through multidimensional CT datasets easily and efficiently. The review stations shall have software tools that are capable of providing three orthogonal planes of the CT images alone. The Mobile CT unit shall be ready for use regardless of outside environmental conditions. The Mobile CT unit shall maintain a temperature to assure proper operation of the scanner without frequent calibration and provide for patient comfort. Meet all federal, state and local fire and safety requirements, including, but not limited to, proper radiation shielding of the trailer. Telecommunications: The mobile unit shall be equipped with an outlet connection capable of transmitting data. The Government will provide the connection required for the transmission of images and data. The Contractor s mobile unit must be able to connect to VISTA Imaging Network and to transmit all images to VISTA Imaging to include being compatible to Dicom 3 imaging standards. Performance Monitoring Contractor shall maintain a quality assurance documentation of the system and proficiency of the staff prior to and during the time the services are utilized by Jesse Brown VA Medical Center and should be able to provide such documentation upon request. As necessary, the contractor shall maintain staff training documentation and equipment service records to document performance reports. The Contractor shall provide CT scanners that can consistently produce images that are of high quality and for ready interpretation. The Government may evaluate the quality of images. Security Requirements Remote connection must be coordinated through Information Security at Jesse Brown VA Medical Center. PACS interface contact person shall be provided to the successful Contractor during the post-award orientation. Clinical or other medical records of VA beneficiaries that are released to the Contractor shall be returned to the VA. The Contractor shall be responsible for the safekeeping of both the electronic and paper medical records (whichever is applicable). Patient Privacy Provisions and the Health Insurance Portability and Accountability Act of 1996 (HIPAA) regulations are applicable to the release of patient Information. If the contractor must be onsite to perform service, all mobile media (i.e., flash drives, CD/DVD disks, etc.) that are required to complete repairs or updates on the system must be given to Biomedical Engineering to be scanned for viruses prior to being connected to VA equipment. If the vendor must connect a vendor-owned laptop to perform the repairs, they must show proof that the laptop has current anti-virus software and that a recent scan shows no infections on the laptop. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: Vendor must accept the system without the drive; VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) VA shall provide the following utilities/services (if necessary) for operation of the Mobile Unit: Water (Â3⁄4 male water supply connector) Electricity* (The provided receptacle is a Russell Stoll #DF2504FRABO) Telephone Line(s)** (Hubbell phone connectors, model PH-6597 provided) Data Port (10Base2 (coax) Ethernet connection provided) Housekeeping*** Notes: * In accordance with the Original Equipment Manufacturer (OEM) electrical specifications. ** Use of telephone extension while mobile unit is on site in order to permit personnel of the unit to make and receive telephone calls, and to facilitate the movement of patients to and from the unit. *** VA shall be held responsible for areas within the hospital facility prior to entrance of the Mobile Trailer. Contractor shall be responsible for all housekeeping duties and responsibilities within the trailer itself as further defined herein. Other Pertinent Information or Special Considerations Identification of Possible Follow-on Work - Not applicable Identification of Potential Conflicts of Interest (COI) - Not applicable Identification of Non-Disclosure Requirements - All patient medical records shall be and remain the property of VA and shall not be removed or transferred from VA except in accordance with U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of Claimants Records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of Certain Medical Records) and federal laws, rules and regulations. The contractor must purge all equipment of all patient medical records and data prior to the removal of the mobile CT scanner from the facility. Packaging, Packing and Shipping Instructions - The Contractor will work with the COR to schedule the delivery and installation of the mobile CT scanner. Inspection and Acceptance Criteria - The VA reserves the right to conduct inspection of the Mobile CT Unit prior to accepting delivery. Risk Control The Contractor s CT trailer shall provide the space sufficient for the monitoring of patients and conducting CPR and code if needed. Place of Performance The Mobile CT Unit will be placed on the mobile CT pad at Jesse Brown VA Medical Center located at 820 S. Damen Ave., Chicago, IL 60612. Period of Performance The estimated period of performance will be for the length of 3 months, 12/30/2022 through 03/30/2023 with the option to extend the contract for 1 additional month if needed. (End of Scope of Work) 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 (NOV 2021) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.233-2, Service of Protest (SEPT 2006) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to Attachment 2, ADDENDUM to 52.212-2 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operations and Maintenance Manuals VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternate Protest Procedure VAAR 852.246-71, Rejected Goods VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.212-71, Gray Market Items (APR 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (SEP 2021) (DEVIATION) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAY 2022) Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller A completed copy of certificate of compliance for supplies and products at Veterans Affairs Acquisition Regulation (VAAR) 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@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 resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 5:00pm on December 15, 2022. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Hand delivered responses will not be accepted. 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 listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov See attached document: Attachment 1 Tailored 52.212-1 Instructions to Offerors. See attached document: Attachment 2 Tailored 52.212-2 Evaluation of Offerors.

Location

Place Of Performance : N/A

Country : United StatesState : IllinoisCity : Chicago

You may also like

6525 MODALITY: XR CT IMAR #AWP

Due: 27 Oct, 2025 (in 19 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

QUANTAFLO PAD TESTING SYSTEM RENTAL (BASE+4)

Due: 31 Aug, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MOBILE CT TRAILER AND COACH

Due: 21 Dec, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification