6910–Sim Nurse Anne

Jul 16, 2020 | SDVOSB Set-Asides

6910–Sim Nurse Anne

Solicitation Number: 36C25720Q1053
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 257-NETWORK CONTRACT OFFICE 17 (36C257)
Location: Big Spring TX, 79720
Notice Type: Combined Synopsis/Solicitation
Posted Date: 7/14/2020
Response Date: 7/20/2020 12:00 PM
Archive Date: 8/19/2020
Set Aside: Service-Disabled Veteran-Owned Small Business
Classification Code: 69 – Training aids & devices
PSC Code: 6910 (TRAINING AIDS)
Last Change: 7/15/2020 3:45 AM

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. Solicitation number 36C25720Q1053 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. SET-ASIDE: This requirement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in Vetbiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 339113 surgical Supplies (except medical instrument) manufacturing FSC Code: 6910 medical training. Introduction: The Government intends to award a firm fixed price purchase order based on this solicitation. Description of Supplies/Services: Network Contracting Office (NCO 17) RPO West is seeking to purchase Nursing Anne Simulator. All qualified/interested companies shall provide quotations for the following: Place of Performance/Place of Delivery Address: Big Spring Healthcare System 300 Veteran Blvd Big Spring, TX Postal Code: 79720 Country: United States SCHEDULE: 320-05050 1 Nursing Anne Simulator. Includes Full Body Manikin with articulating arms and legs. 1 EA 204-30101 2 SimPad PLUS Only (Handheld Remote) 204-50150 LLEAP 1 EA 204-50150 3 LLEAP FOR SIMPAD PLUS SOFTWARE LICENSE. LLEAP for SimPad PLUS Includes: License Key providing access to Manual Mode, AutomaticMode, and Log Viewer Application. 1 EA 400-29301 4 ALL IN ONE PANEL PC INSTRUCTOR – PATIENT MONITOR 1 EA 185-10050 5 SHOCKLINK SYSTEM 1 EA 185-50450 6 Zoll Shock Link 1 EA 375-51001-M 7 ARM; L-MULTIVEIN-FEM (M) 1 EA 320-25550-M 8 Staged Wound Feet Set (M) Nursing Anne Simulator 1 EA 320-28050-M 9 Male Genitalia Kit (M) Nursing Anne Simulator 1 EA 322-10050-M 10 Geriatric Essentials Kit (Med) Nursing Anne Simulator 1 EA 400-EDBOOK 11 Print on Demand Book Education Book 2 EA 320-B-EDBNDL2 2 12 Nursing Anne Simulator Education Bundle 1 EA 320-83050 13 Nursing Anne Simulator Installation 1 EA 320-00050EXW1 1 14 Nursing Anne Simulator Extended Warranty 60 Months 1 EA 320-00050PMC 15 Nursing Anne Simulator Preventative Maintenance 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 Items 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 [Oct 2018] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [Mar 2020] The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) 52.219-28, Post Award Small Business Program Representation (Mar 2020) 52.222-19, Child Labor–Cooperation with Authorities and Remedies (JAN 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-50, Combating Trafficking in Persons (Jan 2019) 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) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.211-6, Brand Name or Equal VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.211.70, Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71, Gary Market Items (Apr 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) VAAR 852.273-70, Late Offers (Jan 2003) Grey Market Prevention: No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs Regional Procurement Office West RPO West Network Contracting Office NCO 17 124 E. Hwy 67 Duncanville, Texas 75137 Mailing Address: Department of Veterans Affairs Department of Veterans Affairs Regional Procurement Office West RPO West Network Contracting Office NCO 17 124 E. Hwy 67 Duncanville, Texas 75137 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) (a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue NW, Washington, DC 20420 or Email: [email protected]. (b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer. (End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management 811 Vermont Avenue, N.W. Washington, DC 20420 SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm’s DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The Offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The Offeror shall provide verified SDVOSB certification. The Offeror shall be registered in SAM.gov prior to contract award. The Offeror shall include verification if not the manufacturer that they are authorized distributor or vendor of the proposed manufacturers equipment, instrumentation, and supplies. 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:” The Offeror shall list exception(s) and rationale for the exception(s), if any. EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. 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 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 obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a purchase order to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following are the decision factors: Price Responses should contain your best terms, conditions. RFQ QUOTE SUBMISSION: Quotes must be received no later than July 20, 2020 11:00pm CST. Email your quote directly to [email protected]. The subject line must specify: RFQ 36C25720Q1053- Quotes/Offers. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. 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 Danise Burt, Contracting Officer, e-mail address: [email protected] End of Document

Contracting Office Address

2301 E. LAMAR BLVD, ARLINGTON, TX 76006

Place of Performance

Big Spring TX, 79720

Contact Information

Danise Burt
Contract Specialist
Phone: 972-708-0809
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.