Kentucky Bids > Bid Detail

6515--Medtronic Situate Detection System X

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159929519951579
Posted Date: Feb 20, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/80a4510d24...
Follow
6515--Medtronic Situate Detection System X
Active
Contract Opportunity
Notice ID
36C24924Q0179
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 20, 2024 01:59 pm CST
  • Original Date Offers Due: Feb 27, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Robley Rex VA Medical Center Louisville , KY 40206-1433
    USA
Description

Effective Date: 03/15/2023
Revision: 01
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2024-02
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 339112, with a small business size standard of 1,000 Employees.
The FSC/PSC is 6515.
The Networking Contract Office 9, 1639 Medical Center Pkwy Ste 400, Murfreesboro, TN 37129, is seeking to purchase Seven Situate Detection System X.
All interested companies shall provide quotations for the following:

Supplies/Services
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Situate Detection System X
Part Number: 01-0047
7
EA
0002
4YR Extended Warranty for System X Console (01-0043)
Part Number: 02-0043-4Y
7
EA

Salient characteristics are those characteristics that make an item equal to the brand name item we specify. Specifically, salient characteristics are those characteristics of the brand name item that the VA needs.
Item: Situate Detection System X
Salient Characteristics
Length 113.67 cm (44.75 in. ± 0.5 in.)
Width 50.93 cm (20.5 in. ± 0.5 in.)
Thickness 2.54cm (1 in. ± 0.3 in.)
Weight 2.15kg (4.75 lb.)
Connector Type Push-Pull Lock Receptacle
Cord Length 3.2 m (10.5 ft) 3.66 m (12 ft - does not
include connectors)
Cord Type Shielded
Extremity Scanner
Length 31.5 cm (12.4 in.)
Width 8.89 cm (3.5 in.)
Height 8.38 cm (3.3 in.)
Weight 910 g (2 lb.)
Technical Specifications
Detection System
Performance Characteristics
Operating Parameters
Storage Parameters
Connector Type Push-Pull Lock Receptacle
Cord Length 3.66 m (12 ft.)
Cord Type Shielded
Situate Room Scanner
Length 48.9 cm (19.35 in.)
Width 37.5 cm (14.74 in.)
Height 1.6 cm (0.625 in.)
Weight 312 g (11 oz)
Connector Type Push-Pull Lock Receptacle
Cord Length 3.66 m (12 ft)
Cord Type Shielded
Delivery shall be provided no later than 60 days after receipt of the order (ARO). Delivery terms FOB destination.
Place of Performance/Place of Delivery
Robley Rex Veterans Affairs Medical Center
Address:
800 Zorn Ave, Louisville, KY
Postal Code:
40206-1433
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
Sept 2023
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Nov 2023
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 Products and Commercial Services Nov 2023
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services Dec 2023
The following subparagraphs of FAR 52.212-5 are applicable:
[X] (5) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).
[X] (9) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328).
[X] (11)(i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) (Pub. L. 115 390, title II).
[X] (12) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
[X] (25) 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f).
[X] (26) (i) 52.219 28, Post-Award Small Business Program Rerepresentation (SEP 2023) (15 U.S.C. 632(a)(2)).
[X] (32) 52.222 19, Child Labor Cooperation with Authorities and Remedies (NOV 2023) (E.O. 13126).
[X] (33) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (34)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
[X] (36)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
[X] (39)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
[X] (48) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
[X] (52)(i) 52.225-1, Buy American Supplies (OCT 2022) (41 U.S.C. chapter 83).
[X] (55) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[X] (59) 52.229 12, Tax on Certain Foreign Procurements (FEB 2021).
[X] (62) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332).
All quotes shall submit the following: Non-compliance to the below items with this requirement may result in disqualification of the quote.
Only one quote. Quote shall be on the offeror s company letterhead, in PDF format, and emailed to Derrek.sherrill@va.gov NO LATER THAN 02/27/2024 at 10:00 AM CT. The solicitation number, 36C24924Q0179, must be referenced in the subject line.
Product information brochure with specifications and user manual shall accompany the quote.
Offeror must submit certification that the equipment meets the salient characteristics listed above.
If you are not the Original Equipment Manufacturer (OEM), the offeror must provide an authorized distributor letter from the OEM.
The 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's decision for the quote most favorable to the Government.
The following are the decision factors:
(1) Technical or Quality
(2) Delivery (After receipt of Order)
(3) Price
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
52.252-2Â Â CLAUSES INCORPORATED BY REFERENCEÂ (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 text of a clause may be accessed electronically at this/these address(es):
  http://www.acquisition.gov/far/index.html                                                          Â
  http://www.va.gov/oal/library/vaar/      Â
FAR Number
Title
Date
52.203-17
WHISTLEBLOWER PROTECTIONS RIGHTS
NOV 2023
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND OVERMENT ENTITY CODE MAINTENANCE
AUG 2020
52.217-6
OPTION FOR INCREASED QUANTITY
MAR 1989
52.217-7
OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM
MAR 1989
52.217-8
OPTION TO EXTEND SERVICES
NOV 1999
852.203-70
COMMERCIAL ADVERTISING
MAY 2018
852.211-70
EQUIPMENT OPERATING AND MAINTENANCE MANUALS
NOV 2018
852.215-70
SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS
JAN 2023
852.215-71
EVALUATION FACTOR COMMITEMENTS
OCT 2019
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2018
852.242-71
ADMINISTRATIVE CONTRACTING OFFICER
OCT 2020
852.246-71
REJECTED GOODS
OCT 2018
852.247-73
PACKING FOR DOMESTIC SHIPMENT
OCT 2018

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provision is incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition
Is set aside for small business and has a value above the simplified acquisition threshold; or
Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or
Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show
           (1) The solicitation number;
           (2) The time specified in the solicitation for receipt of quotations;Â
          (3) The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
           (5) Terms of any express warranty;
           (6) Price and any discount terms;
           (7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
           (9) Acknowledgment Request for Quotation amendments;
(10) Past performance will not be considered in simplified acquisition procurements.
(11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
(e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately.
(f) Late submissions, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due.
(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation.
(h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
      (1) Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
                (i) ASSIST ( https://assist.dla.mil/online/start/).
                (ii) Quick Search ( http://quicksearch.dla.mil/).          Â
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i)Â Using the ASSIST Shopping Wizard (Â https://assist.dla.mil/wizard/index.cfm);
(ii)Â Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii)Â Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.
(k)Â [Reserved]
(l)Â Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO.
(End of Provision)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
FAR Number
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
AUG 2020
52.204-24
REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
NOV 2021
52.211-6
BRAND NAME OF EQUAL
AUG 1999
52.214-21
DESCRIPTIVE LITERATURE
APR 2002
52.229-11
TAX ON CERTAIN FOREIGN PROCUREMENTS-NOTICE AND REPRESENTATION

JUN 2020

52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
(a) 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, price and other factors considered. The following factors shall be used to evaluate offers:
(b) The following factors shall be used to evaluate quotations:
(1) Technical or Quality
(2) Delivery (After receipt of Order)
(3) Price
Technical/Quality and Delivery, when combined, are significantly more important than cost or price.
(c) 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.
Delivery: The quotation must include the estimated delivery date.
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)
Any questions or concerns regarding this solicitation shall be sent in writing only via email to derrek.sherrill@va.gov, subject line 36C24924Q0179. Questions shall be submitted NO LATER THAN 02/23/2024 @ 10:00 AM CT. Quote must be submitted NO LATER THAN 02/27/2024 @ 10:00 AM CT.

Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 20, 2024 01:59 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >