6525--Ultrasound System

expired opportunity(Expired)
From: Federal Government(Federal)
36C24823Q0448

Basic Details

started - 15 Mar, 2023 (13 months ago)

Start Date

15 Mar, 2023 (13 months ago)
due - 29 Mar, 2023 (12 months ago)

Due Date

29 Mar, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
36C24823Q0448

Identifier

36C24823Q0448
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102920)VETERANS AFFAIRS, DEPARTMENT OF (102920)248-NETWORK CONTRACT OFFICE 8 (36C248) (4765)

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 an amendment to the combined synopsis/solicitation (36C24823Q0448) for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items/Commercial Service, 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 dated December 30, 2022. This solicitation is Set-Aside to Small Business Concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 Employees. The FSC/PSC is 6525. The Miami VA Medical Center has a requirement for an ultrasound
machine that will compliment and add to our current clinical electrophysiology program Brand Name or Equal to Esaote MyLab X8 Platform. This equipment will be used for precise anatomic localization of commonly affected nerve lesions that help to surgically target focal nerve entrapment/repair. It helps differentiate inflammatory and other muscle diseases and helps in localizing inflammatory muscle focus to target muscle biopsy in select cases. The RFQ # is 36C24823Q0448, 0001. See Attachments: 1. Instructions to Offerors All interested companies shall provide quotations for the following: Supplies/Services Brand Name or Equal to Esaote MyLab X8 Platform. 100645010 MyLab X8 eXP 1 EA 140042100 24" Monitor FHD 1 EA 340042100 Vascular License, Includes easyTrace Function 1 EA 340042000 Radiology General Imaging License 1 EA 340040400 DICOM License 1 EA 340041000 Needle Enhancement License 1 EA 120000036 L4-15 Linear Probe, iQ-appleprobe, Multifrequency, Wide Band 1 EA 120000013 C1-8 Convex Probe, Single Crystal, iQ-appleprobe, Multifreq, Wide Band 1 EA 120000041 L8-24 -Linear Probe, High Frequency, iQ, Multifrequency, Wide Band 1 EA 140053000 Battery Kit MyLab 1 EA LCD monitor with the latest technology, ensuring the best enhancement of the details and a full-screen mode. Solid State Hard Disk (SSD), last generation CPU/GPU unit and Windows 10 to ensure the proper processing power, productivity and data security requirements Up to 5 transducer connectors enabling fast probe switch to adapt to the most demanding clinical environments Widescreen multi-function tablet-like touchscreen for uncompromising ease of use. Fast system boot time from standby, for effective performance at the point of care. Zero-click automation functions provide very fast interface usage and simplify complex procedures in different applications. One-Touch image optimization trough intelligent real-time algorithms. Battery on board* to enable an autonomous cart base. Delivery shall be provided no later than 60 days after receipt of order (ARO). Delivery shall be FOB Destination. Place of Performance/Place of Delivery Address: Bruce W. Carter VA Medical Center 1201 NW 16th Street Miami, FL Postal Code: 33125 Country: UNITED STATES 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, Offeror 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 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 Products and Commercial Services (NOV 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022) Only new equipment is acceptable; no remanufactured, used/refurbished or "gray market" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number /Cage Code Point of Contact for submission of orders if awarded a contract Quoted price shall include delivery. All quotes shall be sent to the following email address: Lakiesha.anderson@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. The following are the decision factors: Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified and provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality 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: Technical or Quality: 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. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. (End of Provision) 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 3/29/2023 by 12:00 PM (EST) at lakiesha.anderson@va.gov. 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 by 3/21/2023 by 12:00 PM (EST). Point of Contact Contracting Officer Lakiesha Anderson lakiesha.anderson@va.gov

8875 HIDDEN RIVER PARKWAY  TAMPA , FL 33637  USALocation

Place Of Performance : 8875 HIDDEN RIVER PARKWAY TAMPA , FL 33637 USA

Country : United StatesState : Florida

You may also like

Portable Ultrasound System

Due: 24 Apr, 2024 (in 5 days)Agency: Medical ultrasound and doppler and echo imaging products

ULTRASOUND SYSTEM

Due: 04 Oct, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

6515--Ultrasound System

Due: 04 May, 2024 (in 16 days)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

naicsCode 334510Electromedical and Electrotherapeutic Apparatus Manufacturing
pscCode 6525X-Ray Equipment and Supplies: Medical, Dental, Veterinary