Search Contract Opportunities

6515 - DIAGNOSTIC X-RAY MEASUREMENT SYSTEM

ID: 36C26222Q0916 • Type: Synopsis Solicitation

Description

1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement.

1.A. Project Title: Stand Alone Diagnostic X-Ray Measurement.

1.B. Project Location: VA Long Beach Healthcare System Located at 5901 East 7th Street, Long Beach, CA 90822

1.C. Solicitation Type: Request for Quotes (RFQ)

1.D. Set Aside: This solicitation is 100% set aside for Small Businesss

1.E. Applicable NAICS code: 334519

1.F. Small Business Size Standard: 1,000 employees

1.G. Type of Contract: Firm Fixed Price

1.H. 90 days after award

2. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 11:00 AM 05/26/2022 to David Odne; david.odne@va.gov. Ensure the following are completed and/or included in the offer packet:

2.A. Vendor Information

2.B. Acknowledgement of amendments

2.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions

2.D. Schedule of services

2.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

2.F. 852.219-78 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products

3. Scope: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the vendor.

3.1. The Contractor will be responsible for providing Stand Alone Diagnostic X-Ray Measurement. The Equipment should have the salient characteristics listed below.

Radcal Accu-Gold+ Touch Pro:

  1. Essential/significant physical, functional, or performance characteristics.

RADCAL TOUCH SERIES COMPATIBILITY AND FEATURES

Functional Compatibility Dose

  • Dose Rate
  • Exposure Time
  • Pulse Count
  • kV
  • HVL
  • Filtration
  • Current (mA)
  • Luminance and Illuminance
  • Scatter and Leakage
  • DAP

Sensor Compatibility

  • Accu-Gold Multi-Sensors (AGMS)
  • Accu-Gold Ion Chambers (10x6)
  • DAP 60 Chamber
  • Accu-Gold Dose Diodes (DDX6)
  • DAPChkp+
  • mA and mAs Sensor (90M)
  • Light Sensor (AGLS)

Computer Features

  • Accu-Gold Windows Application
    • Waveforms
    • Excel Reporting
  • iOS and Android Applications
  • USB Connectivity
  • Wireless Connectivity

Compatibility N/A

Dimensions

(4.50" x 3.63" x 6.21")

Weight- 1.6 lbs.

Industry Standard Compliance with 2002/06/EC (WEEE) Directive. Compliance with 2011/65/EU (RoHS) Directive. Compliance with REACH (EC 1907/2006).

Purpose Stand-alone battery-operated radiation test instrument for X-ray Service and QA of Radiography, Fluoroscopy, Mammography, CT and Dental applications

Governing Body or Organization N/A

      1. Complete generic identification radiation test instrument
      1. Applicable model/make/catalog number

Accu-Gold+ Touch Pro/ Radcal/ AGT-P-AG

Manufacturer name Radcal

4. Place of Performance: VA Long Beach Healthcare System Located at 5901 East 7th Street, Long Beach, CA 90822

5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 Effective January 30, 2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 1.

5.a. FAR 52.212-1, Instructions to Offerors Commercial Items

5.b. FAR 52.212-2, Evaluation Commercial Items

5.c. FAR 52.212-4, Contract Terms and Conditions Commercial Items

5.d. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items

5.e. FAR 52.217-6 Option for Increased Quantity

5.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside

5.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance

5.h. FAR 52.252-2, Clauses Incorporated by Reference

5.i. VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items

6. Contractor is to order and store at contractor's expense any long lead delivery items that can delay or impede the completion of this work.

6.a Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee.

6.b. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays

New Year's Day January 1st

Martin Luther King's Birthday Third Monday in January

President's Day Last Monday in January

Memorial Day Last Monday in January

Juneteenth June 19th

Independence Day July 4th

Labor Day First Monday in September

Columbus Day Second Monday in October

Veteran's Day November 11th

Thanksgiving Day Fourth Thursday in November

Christmas Day December 25th

6.c. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer.

6.d. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address.

6.e. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities.

6.f. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.

6.g All shipping costs will be included in the cost of the contract.

Overview

Response Deadline
May 26, 2022, 2:00 p.m. EDT Past Due
Posted
May 19, 2022, 3:52 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Long Beach, CA 90822 USA
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Fixed Price
Signs of Shaping
The solicitation is open for 6 days, below average for the VISN 22: Desert Pacific Healthcare Network. 78% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 5/19/22 VISN 22: Desert Pacific Healthcare Network issued Synopsis Solicitation 36C26222Q0916 for 6515 - DIAGNOSTIC X-RAY MEASUREMENT SYSTEM due 5/26/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334519 (SBA Size Standard 600 Employees) and PSC 6515.
Primary Contact
Name
David Odne Contract Specialist david.odne@va.gov   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 36C26222Q0916

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C26222Q0916

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C26222Q0916

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C26222Q0916

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 262-NETWORK CONTRACT OFFICE 22L (36C262)
FPDS Organization Code
3600-00262
Source Organization Code
100173469
Last Updated
May 19, 2022
Last Updated By
david.odne@va.gov
Archive Date
June 10, 2022