Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services 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 2025-4 This solicitation is set-aside 100% for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 513210, with a small business size standard of $47M. The FSC/PSC is 7A21. The Department of Veteran Affairs VISN 01 is seeking to purchase Natus Neuroworks Software and Support. This requirement is for brand name only items as specified below. See attached Brand Name Justification for additional details. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Delivery Date /Period of Performance (Estimated) Quantity Unit of Measure Place of Performance PRODUCTS 0001 NeuroWorks v10 Prod Servers 9/15/2025 4 EA VAMC Boston 0002 NeuroWorks v10 Citrix Client Servers 9/15/2025 20 EA VAMC Boston 0003 NeuroWorks v10 Test Servers 9/15/2025 1 EA VAMC Boston SERVICES 0004 Base Natus NeuroWorks Advanced Care Support 9/15/2025 9/14/2026 N/A N/A VISN 01 Locations 0005 Base Persyst Prime Support 9/15/2025 9/14/2026 N/A N/A VISN 01 Locations 0006 Base NeuroWorks v10 Installation 7 Months from date of award N/A N/A VISN 01 Locations 0007 Option 1 Natus NeuroWorks Advanced Care Support 9/15/2026 9/14/2027 N/A N/A VISN 01 Locations 0008 Option 1 Persyst Prime Support 9/15/2026 9/14/2027 N/A N/A VISN 01 Locations 0009 Option 2 Natus NeuroWorks Advanced Care Support 9/15/2027 9/14/2028 N/A N/A VISN 01 Locations 0010 Option 2 Persyst Prime Support 9/15/2027 9/14/2028 N/A N/A VISN 01 Locations 0011 Option 3 Natus NeuroWorks Advanced Care Support 9/15/2028 9/14/2029 N/A N/A VISN 01 Locations 0012 Option 3 Persyst Prime Support 9/15/2028 9/14/2029 N/A N/A VISN 01 Locations 0013 Option 4 Natus NeuroWorks Advanced Care Support 9/15/2029 9/14/2030 N/A N/A VISN 01 Locations 0014 Option 4 Persyst Prime Support 9/15/2029 9/14/2030 N/A N/A VISN 01 Locations The contract period of performance is: Base - 9/15/2025 9/14/2026 Option 1 - 9/15/2026 9/14/2027 Option 2 - 9/15/2027 9/14/2028 Option 3 - 9/15/2028 9/14/2029 Option 4 - 9/15/2029 9/14/2030 Place of Performance/Place of Delivery VAMC Boston/VISN 01 VHA locations 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 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services November 2023 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services January 2025 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, 52.204-27, 52.209-6,52.219-6, 52.219-28, 52.219-32, 52.219-33, 52.222-3, 52.222-19, 52.222-41, 52.222-50, 52.232-33. All quoters shall submit the following: Firm Fixed Price Quote Letter of Authorized Reseller All quotes shall be sent to: tyler.kenyon@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. Options will be evaluated at time of award. The following are the decision factors: price, past performance, delivery timeframe, item availability 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 9/02/2025 at 1400 EST to tyler.kenyon@va.gov. 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 Tyler Kenyon tyler.kenyon@va.gov
Background
The Department of Veteran Affairs VISN 01 is seeking to procure Natus NeuroWorks Software and Support as part of the VA National TeleEEG and Epilepsy Program. This program provides electroencephalogram (EEG) study review services across VA sites, ensuring compatibility with EEG analysis systems. The goal is to maintain up-to-date technology and support for the Natus NeuroWorks system, which is crucial for the effective functioning of the TeleEEG program.
Work Details
The contract includes the following products and services:
**Products:**
- **NeuroWorks v10 Prod Servers**: 4 units, delivery by 9/15/2025
- **NeuroWorks v10 Citrix Client Servers**: 20 units, delivery by 9/15/2025
- **NeuroWorks v10 Test Servers**: 1 unit, delivery by 9/15/2025
**Services:**
- **Natus NeuroWorks Advanced Care Support**: Base year from 9/15/2025 to 9/14/2026 with options for four additional years.
- **Persyst Prime Support**: Base year from 9/15/2025 to 9/14/2026 with options for four additional years.
- **NeuroWorks v10 Installation**: To be completed within 7 months from the date of award.
The procurement also includes installation, configuration, updates, and support for Natus NeuroWorks software at four datacenters across the VA enterprise.
Period of Performance
Base period from 9/15/2025 to 9/14/2026; Options extend through to 9/14/2030.
Place of Performance
VAMC Boston and various VISN 01 VHA locations across the United States.