Oregon Bids > Bid Detail

6515--692-23-2-9961-0083 NEW Rehabilitation Laser

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159851831740399
Posted Date: May 23, 2023
Due Date: Jun 2, 2023
Solicitation No: 36C26023Q0637
Source: https://sam.gov/opp/6a49fb1422...
Follow
6515--692-23-2-9961-0083 NEW Rehabilitation Laser
Active
Contract Opportunity
Notice ID
36C26023Q0637
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 23, 2023 01:18 pm PDT
  • Original Date Offers Due: Jun 02, 2023 01:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 16, 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:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    DEPARTMENT of VETERANS AFFAIRS VA Southern Oregon Rehabilitation Center White City , OR 97503
    USA
Description
2
Combined Synopsis/Solicitation for 36C260-23-AP-2485
Brand Name or Equal To
K-Laser Rehabilitation Laser

100% for SDVOSB Set Aside

1. This is a combined synopsis/solicitation for K-Laser Rehabilitation Laser, Model: Cube Plus 30 Med Package Kit. Brand Name or Equal To 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; proposals are being requested and a written solicitation will not be issued. The solicitation RFQ 36C26023Q0637is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022

2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 334510 - Electromedical and Electrotherapeutic Apparatus Mfg. Size Standard 1,250 employees. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized 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 vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required.

3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation.

4. Description of supplies: Salient characteristics needed at the White City VAMC for the procurement of the BRAND NAME or EQUAL To: K-Laser Rehabilitation Laser.

Brand Name or Equal To: K-Laser Rehabilitation Laser
Manufacturer: K-Laser Model: PF134 Cube Plus 30 Med Package Kit
Salient Characteristic Features
K-Laser Rehabilitation Laser
VA Southern Oregon Rehabilitation Center
RFQ# 36C260-23-AP-2485
White City VAMC is requesting K Laser Rehabilitation Laser for delivery to the VA Southern Oregon Rehabilitation Center White City, OR.

The following specifications are the basic needs of the Rehabilitation Lasers. The following are Brand Name or Equal To.
Salient Characteristics
Item: K-Laser Rehabilitation Laser Model: PF134 Cube Plus 30 Med Package Kit
Reason for Equipment needs:
Triggers photochemical and photothermal wavelengths aimed at accelerating the tissue healing process and arresting soft tissue and joint pain to stimulate rapid tissue repair
Overview of what is needed:
Does the item require 110V, 120V, 12V, 220V for power:
Minimum 25 W continuous power
What are the Dimensions needed for the item:
Less than 4 lbs., hand piece that allows operator control of power density while using device

Performance needs:
Provide minimum of 4 wavelengths (660 nm, 800 nm, 905 nm, 970 nm) submitted simultaneously or any combination, pulse range 1-20,000 Hz, allow for protocol selection by size, body part, skin tone, pain and chronicity level and automatically adjust accordingly,
Technology:
Class IV Laser, portable with rechargeable battery, digital color screen, software updates via Wi-Fi with lifetime software updates, solid state diode, bi-directional cooling
Maintenance:
Minimum 5-year warranty
Training:
Online and onsite training for clinicians


ITEM INFORMATION
Delivery FOB Destination to:
DEPARTMENT of VETERANS AFFAIRS
VA Southern Oregon Rehabilitation Center
8495 Crater Lake Hwy
White City, OR. 97503

5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered.
6. This is a Brand Name or Equal to requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs.
a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number.
b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government.
7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price.
8.Delivery shall be within (180) days from the time of award. Shall be delivered to VA Southern Oregon Rehabilitation Center 8495 Crater Lake Hwy White City, OR. 97503 FOB Destination.
9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:
Provisions:
52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)
10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES
(a) 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. Proprietary Letter required.
1. Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision.

2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

11. 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.
12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
Clauses:
52.211-6 Brand Name or Equal (AUG 1999)
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.247-34 Â F.O.B. Destination.
852.203-70 Commercial Advertising (JAN 2008)
852.212-71 Gray Market Items.
852.219-10 VA Notice of Total SDVOSB Set-Aside
852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION)
852.232-72 Electronic Submission of Payment Requests
852.246.71 Rejected Goods
13. 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:
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-3 Convict Labor (June 2003) (E.O. 11755).
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)
52.232-33 Payment by Electronic Funds Transfer System for Award Management
(Jul 2013) (31 U.S.C. 3332).
14. There are no additional contract requirements, terms, or conditions.
15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
16. Quotes must be emailed to rex.maughan@va.gov
The solicitation closes at 17:00 PST on 6/02/2023

All questions must be submitted by 5/31/2023 13:00 PST no questions will be accepted after 5/31/2023 all answers to potential questions will be answered posted via amendment to RFQ # 36C260-23-AP-2485 on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject: QUESTIONS FOR
RFQ # 36C260-23-AP-2485. NO QUESTIONS WILL BE ANSWERED VIA PHONE or Orally.
No late quotations will be accepted.

Please email all quotes via email to rex.maughan@va.gov

NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED.

17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 23, 2023 01:18 pm PDTCombined 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 >