Florida Bids > Bid Detail

6515--EEG Monitoring Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159476809826350
Posted Date: Dec 21, 2022
Due Date: Jan 4, 2023
Solicitation No: 36C24823Q0317
Source: https://sam.gov/opp/d6d6f713a4...
Follow
6515--EEG Monitoring Equipment
Active
Contract Opportunity
Notice ID
36C24823Q0317
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 21, 2022 04:32 pm EST
  • Original Date Offers Due: Jan 04, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 03, 2023
  • 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:
    Bruce W. Carter VA Medical Center Miami Veterans Healthcare System Miami , FL 33125-1624
Description
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 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 2023-01 dated December 1, 2022.

This solicitation is set-aside 100% for SDVOSB (Service-Disabled Veteran Owned Small Business).

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 Bruce W. Carter VA Medical Center - Miami Veterans Healthcare System - 1201 Northwest 16th Street - Miami, FL 33125-1624 is seeking to purchase EEG monitoring equipment with installation. This is a Brand Name or Equal Requirement in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the salient characteristics. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all.

RFQ Number: 36C24823Q0317

See Attachments:
Instructions to Offerors
Clauses and Provisions
LIMITATIONS ON SUBCONTRACTING (must be completed by contractor at time of submission of quote)

All interested companies shall provide quotations for the following:

Supplies/Services Price Cost Schedule

Line Item

Description

QTY

Unit

Unit Price

Total Price
0001
1080P HD IP PTZ CAMERA CEILING MOUNTED (BRAND NAME OR EQUAL TO NATUS PART # PK1092T-FHD)
4
EA
0002
INSTALLATION (BRAND NAME OR EQUAL TO NATUS Part # SVC800INSTALL)

1
JB
0003
HD CAMERA PORTABLE EEG CART MOUNTED (BRAND NAME OR EQUAL TO NATUS PART # 011615)
1
EA
0004
INSTALLATION (BRAND NAME OR EQUAL TO NATUS Part # SVC800INSTALL)
1
JB


Grand Total
SALIENT CHARACTERISTICS
***Brand Name or Equal to NATUS***

1080P HD IP PTZ CAMERA CEILING MOUNTED
Must be compatible with NATUS Medical Equipment/NeuroWorks/SleepWorks
IP connected HD camera, ceiling mounting; h.264 FHD PTZ; microphone and infra-red light
Native Full-HD resolution for recording SD, SGVA, HD720p or HD1080p resolutions
H.264 encoding
Day/Night functionality with auto-switch
10x Zoom
PTZ (Pan-Tilt-Zoom) remote control from NeuroWorks/SleepWorks
Input for microphone
POE* (Power Over Ethernet) power supply:
Either with a POE power injector (included) or a POE compatible network switch
Full HD, indoor Rapid Dome IP camera, 30x optical zoom, 20º tilt up, 360º endless pan, 700º/sec pan speed, 60fps, wide dynamic (View-DR 130dB), true D/N, gyro-based image stabilizer, SD card storage, HPoE, AC 24V, DC 12VFull HD, indoor Rapid Dome IP camera, 30x optical zoom, 20º tilt up, 360º endless pan, 700º/sec pan speed, 60fps, wide dynamic (View-DR 130dB), true D/N, gyro-based image stabilizer, SD card storage, HPoE, AC 24V, DC 12VFull HD, indoor Rapid Dome IP camera, 30x optical zoom, 20º tilt up, 360º endless pan, 700º/sec pan speed, 60fps, wide dynamic (View-DR 130dB), true D/N, gyro-based image stabilizer, SD card storage, HPoE, AC 24V, DC 12V.
HD CAMERA PORTABLE EEG CART MOUNTED
Must be compatible with NATUS Medical Equipment/NeuroWorks/SleepWorks
Maximum resolution of 1920 x 1080 pixels with the Exmor CMOS sensor
High Frame rate of 60 fps and three simultaneous streams
Powerful Optical 30x and Digital 12x zoom capability(360x in total) to shoot extremely wide area, allowing capture of high-resolution images even from great distance
Gyroscopic Image Stabilizer to help minimize the effect of camera shake or vibration for less blurry images
Industry Leading levels of panning performance with a pan speed of 700 degree/s
Focal Plane Distortion Correction Technology to correct any image distortion generated in a scene by the CMOS sensor focal plane phenomenon
Defog Image Processing feature to help clear up fog, mist or haze in a scene to achieve a more visible image
Defog Image Processing feature to help clear up fog, mist or haze in a scene to achieve a more visible image
New video analytics functions including face detection and object removal/left behind
H.264 (High/Main/Baseline Profile)/JPEG video codecs and AAC (16 kHz/48 kHz)/G.726/G.711 audio codecs
Minimum illumination of 0.4 lx in Color and 0.03 lx in B/W (50 IRE @ 1/30 sec)
IPELA ENGINE Pro signal processing system developed based on Sony s unique signal processing and video analytics technologies to provide unique features such as a high frame rate, View-DR, XDNR , DEPA Advanced, Gyroscopic Imange Stabilizer, Focal Plane Distortion Correction and Defog Image Processing
High frame rate of 60 fps to provide smoother and less blurry moving pictures
View-DR Sony s innovative wide dynamic range technology to capture objects clearly and adaptively even under very harsh, severe backlight or highlight conditions
Visibility Enhancer (VE) to optimize the brightness and color reproduction of an image dynamically on a pixel-by-pixel basis while continuously adapting to the scene within the given dynamic range
DEPA Advanced Intelligent Video Analytics to trigger an alarm based on user-defined rules
SD memory card slot for an on-board recording capability
XDNR (eXcellent Dynamic Noise Reduction) technology for clear images with virtually no motion blur under low illumination
True D/N (Day/Night) function to switch to Day or Night mode depending on the light level
Built-in HTML viewer compatible with most Smartphones
Powered by either HPoE (IEEE802.3at compliant), AC 24 V ±10% or DC 12 V ±10% for easy installation
ONVIF (Open Network Video Interface Forum) Profile S conformance software that ensures greater interoperability and more flexibility in building multiple-vendor systems
VBR (variable bitrate) or CBR (constant bitrate) encoding format selectable to correspond with various network conditions
Easy initial network settings with supplied SNC Easy IP Setup Guide application
Full HD, indoor Rapid Dome IP camera, 30x optical zoom, 20º tilt up, 360º endless pan, 700º/sec pan speed, 60fps, wide dynamic (View-DR 130dB), true D/N, gyro-based image stabilizer, SD card storage, HPoE, AC 24V, DC 12V.

Delivery shall be provided no later than 60 days after receipt of order (ARO) FOB Destination. Installation Location is Separate and Different from the Ship To Address. Miami Veterans Healthcare System will be responsible for the transfer of the hardware to be moved from Place of Delivery to the Place of Performance/Installation.
Place of Delivery
Address:
Miami VA Medical Center Supply
Chain Management Warehouse
6725 NW 36th Ave, Suite 695
Miami, FL
Postal Code:
33166
Country:
UNITED STATES
Place of Performance/Installation
Address:
Bruce W. Carter VA Medical Center
Miami Veterans Healthcare System
1201 Northwest 16th Street
Miami, FL
Postal Code:
33125-1624
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far.

The following solicitation provisions apply to this acquisition:
FAR 52.211-6, Brand Name or Equal
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 (Nov 2021)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022)

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.
ADDENDUM to 52.212-1, Instructions to Offerors Commercial Items

Gray market items are Original Equipment Manufacturer (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.

Offeror 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.

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.

Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA- wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

(End of Addendum to 52.212-1)

All quoters shall submit the following:
The name, address, and telephone number of the vendor.
Tax Identification Number (TIN)
SAM UEI Number / DUNS Number / Cage Code
Point of Contact for submission of orders if awarded a contract
Authorized Distributor Letter certified by OEM if the offeror is not the manufacturer
Quoted price shall include delivery

Please submit with your quote the following information if known:
1) Original Equipment Manufacturers (OEM) Name
2) OEM DUNS and UEI numbers
3) OEM Country of Origin
4) OEM Part Number

The VAAR 852.219-78 (Limitations on Subcontracting) must be completed and provided with the quote.

All quotes shall be sent to the following email address: melissa.everett@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:

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 capability or quality of the item offered to meet the Government requirement
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:

Factor 1 Technical capability or quality of the item offered to meet the Government requirement: 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.

Factor 2 Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price.

(End of Addendum to 52.212-2)

The award will be made to the response most advantageous to the Government.
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 4:00 PM Eastern Standard Time (EST) on January 4, 2023, at melissa.everett@va.gov .

Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Point of Contact listed below by 2:00 PM Eastern Standard Time (EST) on December 30, 2022.

Point of Contact
Contract Specialist
Melissa Everett
melissa.everett@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 21, 2022 04:32 pm ESTCombined 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 >