Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOLICITATION NOTICE

65 -- NATUS EDX EMG Machines

Notice Date
4/29/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Acquisition (90C);1010 Delafield Road;Pittsburgh PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24419Q0540
 
Response Due
5/6/2019
 
Archive Date
7/5/2019
 
Point of Contact
walida.moore@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for Two (2) Synergy Natus EDX EMG Machines, BRAND NAME, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24419Q0540 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective date, October 26, 2018.   (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 982A0597 - EDX US/Canada + Base Unit 2.00 __________________ __________________ 0002 828-069300 - Synergy Master Software 2.00 __________________ __________________ 0003 515-016700 - EMG USB Control Panel 2.00 __________________ __________________ 0004 515-016000 - EDX 2 channel Amplifier 2.00 __________________ __________________ 0005 515-018800 5WR50 Comfort Plus Probe 2.00 __________________ __________________ 0006 828-060900 - NCS 2.00 __________________ __________________ 0007 828-060800 - EMG 2.00 __________________ __________________ 0008 828-060700 - Reference help 2.00 __________________ __________________ 0009 842-690100 - UB4 Cart 2.00 __________________ __________________ 0010 842-691200 - UB4 Cart Monitor Arm Option 2.00 _________________ _________________ 0011 515-018500 - EDX Amplifier Holder & Arm 2.00 _________________ _________________ 0012 842-670400 - Nicolet 115V Isobox 2.00 __________________ _________________ 0013 842-664600 - 21.5 Inch LCD Monitor 2.00 __________________ _________________ 0014 842-117700 - 120V Laser Printer 2.00 __________________ __________________ 0015 222-448101 - Single Footswitch (Nicolet EMG) 2.00 __________________ __________________ 0016 268-411800 - EMG Surface Temperature Probe 2.00 __________________ __________________ 0017 842-689700 - EDX Windows 10 Desktop PC 2.00 __________________ __________________ 0018 021223 - MS Office Pro Plus 2016 2.00 __________________ __________________ 0019 828-069700 - Sys 3: EMG Reader Software 1.00 __________________ __________________ 0020 018853 - SYS 5: HL7 EMG Basic Interface 1.00 __________________ __________________ 0021 018855 - HL& EMG Workstation License 2.00 __________________ __________________ 0022 018859 - HL& EMG Implementation Labor 8 Hours 1.00 __________________ __________________ GRAND TOTAL __________________ B.2 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: Department of Veteran Affairs Crescenz VA Medical Center 3900 Woodland Ave Philadelphia PA 19104 FOR ALL ITEMS 0.00 30 Days ARO (vi) Comparable products must be Brand Name in the following specifications: Key Features: 2 EDX Base Units Powerful Digital Signal Processor provides advanced signal processing functionality Connections for footswitch (single or triple), patient response unit, control panel, LED goggles, audio transducers and reflex hammer Eight channel availability to external acquisition equipment for online analysis through the analog out connector 14 x 13.5 x 3.4 (35.6 cm x 34.3 cm x 8.6 cm) 8 lbs. (3.5 kg) Requirements: 2 Synergy Master Software 16 channel clinical IOM/EP option Multi-MUP, SFEMG & clinical workflow MUNIX & Quantitative Analysis HL7 Gateway & connectivity options Nerve Conduction, F Wave & H Reflex enhancements Database & report functionality User interface for changing setups/protocols 2 EMG USB Control Panels Optimized for use by non-dominant hand, allowing focus on the patient Small footprint for closer access to the patient Maximizes testing workflow with convenient access to testing functions Easy-to-read icons 8 x 5 x 2 (20 cm x 13 cm x 5 cm) 0.80 lbs. (0.36 kg) 2 EMG 2 Channel Amplifiers Optimized for basic EMG/NCS 2 non-switched amplifier channels Stimulus artifact suppression 6.5 x 6 x 1 (16.5 cm x 15.2 cm x 2.5 cm) 1 lb. (0.5 kg) 2 WR50 Comfort Plus Probes Comfort Probe and Comfort Probe Plus with fingertip controls and programmable buttons Small, lightweight and ergonomically designed for maximum comfort Coiled cable extends reach to the patient without touching the floor 5 probe head options 6.8 x 1.5 x 1.25 (17 cm x 4 cm x 3.2 cm) 0.25 lbs. (0.11 kg) (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) 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.   (b) Vendor 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. (c) 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.   (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to walida.moore@va.gov or Caroline.Robinette@va.gov and received no later than 3:00PM EST on 5/6/2019 Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer than an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award. NO LATES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Walida A. Moore at walida.moore@va.gov or Caroline.Robinette@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0540/listing.html)
 
Place of Performance
Address: Philadelphia VA Medical Center;Cpl. Michael J. Crescenz VA;3900 Woodland Avenue;Philadelphia, PA
Zip Code: 19104
Country: USA
 
Record
SN05295811-F 20190501/190429230033 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.