Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    6515--Fluent Pro Fluid Management System 36C252-25-AP-1828

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25225Q0422Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)MILWAUKEE, WI
    Closed
    STATUS
    Closed
    closed May 27, 2025
    POSTED
    May 12, 2025
    Publication date
    NAICS CODE
    339112
    Primary industry classification
    PSC CODE
    6515
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is soliciting quotes for a one-time purchase of the Fluent Pro Fluid Management System, with a set-aside for small businesses under NAICS code 339112. Interested bidders must submit their quotations by May 27, 2025, to the Great Lakes Acquisition Center, located in North Chicago, IL. The solicitation follows FAR guidelines, and additional submission instructions are provided in the document. For further details, refer to the full solicitation text.

    Contract details

    Solicitation No.
    36C25225Q0422
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 12, 2025
    Response Deadline
    May 27, 2025
    NAICS Code
    339112AI guide
    PSC / Class Code
    6515
    Contract Code
    3600
    Primary Contact
    rebecca.picchi@va.gov
    State
    WI
    ZIP Code
    53214

    Award information

    Awardee
    null
    Award Date

    Description

    Combined Synopsis-Solicitation for Commercial Products and Commercial Services Page 12 of 12 Page 1 of 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 2024-3. This solicitation is set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a small business size standard of 1000 Employees. The FSC/PSC is 6515 Surgical and Medical Instruments, Equipment, and Supplies. The Great Lakes Acquisition Center, on behalf of the Captain James A. Lovell FHCC, 3001 Green Bay Rd, North Chicago, IL 60064 is seeking to purchase a one-time buy for the Fluent Pro-Fluid Management System. All interested companies shall provide quotations for the following items. Please note additional submission instruction found beginning on page 3 of this combined synopsis / solicitation. Supplies/Services Table: CLIN Manufacturer - Item Number Description QTY 0001 Hologic - FLT-200 Fluent Pro Fluid Management System 1 0002 Aveta TRADE IN CREDIT for System Tissue Removal Suite 1 Place of Delivery Captain James A. Lovell, FHCC 3001 Green Bay Rd North Chicago, IL 60064 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 852.222-71, Compliance with Executive Order 13899 (DEVIATION) (APR 2025) 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 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 terms, 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 Trade In Credit, if available 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 10:00 a.m. Central Standard Time on May 27, 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 See attached document: Attachment 1 Tailored FAR 52.212-1 Instructions to Offerors. See attached document: Attachment 2 Tailored 52. See attached document: Attachment 3 VAAR 852 219 76.

    Key dates

    1. May 12, 2025Posted Date
    2. May 27, 2025Proposals / Responses Due

    Frequently asked questions

    6515--Fluent Pro Fluid Management System 36C252-25-AP-1828 is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.