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 2024-3. This solicitation is set-aside for Service Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1250 Employees. The FSC/PSC is 6640 Laboratory Equipment and Supplies. The Great Lakes Acquisition Center, on behalf of the Tomah VA Medical Center (Resource Services), 500 E. Veterans Street, Tomah WI is seeking to purchase a one-time buy for brand name Madsen Capella 2 Probes or equipment meeting the salient characteristics listed below. All interested companies shall provide quotations for the following BRAND NAME or equal items and submit a separate list with pricing for Brand Name and any OR Equal Product: Please note additional submission instruction found on page 5 of this combined synopsis / solicitation. Quoters must provide an authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor, or reseller. Supplies/Services Table: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Probe Madsen Capella Combo Manufacturer: Natus Medical Incorporated Model: Capella 2 2 EA 0002 Installation 2 EA 0003 Wall Mount Kit 2 EA 0004 Audiology training ½ day 1 EA Salient Characteristics: Diagnostic Otoacoustic Emissions -ER-10D OAE Probe -Probe cleaning tool -Starter Kit -USB Cable -OTOsuite Otoacoustic Emissions module Ability to check probe fit at both beginning and end of measurement Predefined user tests Programmable sequences Ability to swap ear data Easy comparison of results with normative values Place of Delivery Tomah VA Medical Center Resource Services 500 E. Veterans Street Tomah, WI 54660-3105 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.233-2, Service of Protest (SEPT 2006) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to Attachment 2, ADDENDUM to 52.212-2 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 Products and Commercial Services. 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 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operations and Maintenance Manuals VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternate Protest Procedure VAAR 852.246-71, Rejected Goods VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.212-71, Gray Market Items (APR 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (SEP 2021) (DEVIATION) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAY 2022) Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. Expected number of days ARO for items, installation, and training. Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor, or reseller. A completed copy of certificate of compliance for supplies and products at Veterans Affairs Acquisition Regulation (VAAR) 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products Statement specifying the extent of agreement with all t.erms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes shall be sent by Email to the GLAC, Contract Specialist Rebecca Picchi at Rebecca.picchi@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: Price Technical Veterans Involvement Speed of Delivery 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 3:00 p.m. Central Standard Time on March 14, 2025. Responses should be sent to the contract specialist Rebecca Picchi at Rebecca.picchi@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 Rebecca Picchi Contracting Officer Network Contracting Office 12 Rebecca.picchi@va.gov