Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation for quote to be requested with no other form of written solicitation to be issued. This solicitation RFQ-36C25024Q0452 is
issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2023-02 (February 14,
2023). This is a solicitation only pertaining to a SunStim Nerve Stimulator or equivalent. Note: this is a Brand Name or Equal item (s) solicitation, firm fixed price, Small Business
Set-Aside. The North American Industry Classification System (NAICS) number is 339113, with a small business size standard of 800. The FSC/PSC is 6515 Vendor to supply necessary materials
and/or parts for the requirements listed below. Materials and parts will be delivered to; Richard L. Roudebush VA Medical Center, 1481 West 10th St., Indianapolis, Indiana 46202-2884, FOB
destination. Requirements: Type of Requirement Brand Name Item # Brand Name Description Qty Required 8105360 SunStim Nerve Stimulator 20 Peripheral Nerve Stimulator Features: Constant
current stimulation for monitoring neuromuscular block Output current is fully adjustable from 0-70 mA Comes ready to use with 6 leads, ball electrodes and battery Switch Functions:
Stand-by position: no stimulus pulses are generated Twitch: 1 pulse per second Tetanus: 100 Hz (100 pulses/s) Built-in train of four: 4 pulses in a period of 2 seconds Battery indicator
light flashes when battery needs to be replaced LED green battery light indicates that the unit us in, flashes on low battery LED red flashes when audible indicator sounds each time a
stimulus pulse is generated Lightweight: 0.25lbs including battery Standard battery: 9 volt alkaline Offerors must comply with all instructions contained in provision 52.212-1,
Instructions to Offerors-Commercial, which applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified
in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Contractor shall provide an authorized distribution
letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system
such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and
conditions. The Contractor shall provide new items ONLY; no remanufactured/used or "gray market" items. All items must be covered by the manufacturers warranty. (852.212-72 Gray Market
and Counterfeit Items) The following additional FAR provisions apply: 52.211-5 Material Requirements 52.211-6 Brand Name or Equal to item(s) 52.212-2, Evaluation-Commercial Items, the
Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most
advantageous to the government; technical, price, estimated delivery time, warranty, and past performance considered. 52.212-3, Offeror Representations and Certifications-Commercial
Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quote. 52.212-4, Inspection/Acceptance. The Contractor shall
only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been
tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. 52.212-5,
Contract Terms and Conditions-Commercial Items. The following additional clauses apply: Purchase order (SF 1449) will be awarded to the winning bid with submission of Invoice through
Tungsten upon delivery of ALL items listed on spreadsheet. From the VAAR the following apply: 852.232-72 Electronic submission of payment requests. All invoices must be submitted to
Tungsten for payment processing. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer. 852.246-71 Inspection of all
parts will be held. If goods are rejected, they will be held for 15 days, if not replaced, the rejected merchandise will be returned to the contractor at their risk and expense. Payment
of invoice will be delayed. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer. Contact: Rachel MacRae,
Contracting Specialist, via email at rachel.macrae@va.gov. No telephone inquiries will be accepted. Only written inquires received directly for the offeror are acceptable. All quotes must
be received by 3/27/2024, 12:00pm EST to: Rachel MacRae (rachel.macrae@va.gov), with the subject title: (Company Name) - RFQ-36C25024Q0452