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 2025-06 October 1, 2025 This solicitation is set-aside for: Small Businesses The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. The FSC/PSC is 6515. VA, Network Contracting Office (NCO) 10 2780 Airport Dr Suite 340, Columbus, OH 43219 on behalf of the LTC Charles S. Kettles VA Medical Center 2215 Fuller Rd, Ann Arbor, MI 48105 is seeking to purchase 3 medical transducer probes with 3 software upgrades. All interested companies shall provide quotations for the following: Supplies/Services ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA __________________ __________________ X8-2T TRANSDUCER LOCAL STOCK NUMBER: FUS8354 0002 3.00 EA __________________ __________________ EPIQ 7 UPGRADE ENTITLEMENTS TEXT LOCAL STOCK NUMBER: NNAV638 GRAND TOTAL __________________ ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 SHIP TO: LTC Charles S Kettles 2215 Fuller Rd Ann Arbor, OH 48105 USA 3.00 MARK FOR: James M Downey 734-845-4492 james.downey1@va.gov 0002 SHIP TO: LTC Charles S Kettles 2215 Fuller Rd Ann Arbor, OH 48105 USA 3.00 MARK FOR: James M Downey 734-845-4492 james.downey1@va.gov This is a request for quote (RFQ), the solicitation number is 36C25026Q0134. The Government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2025-06, effective 10/01/2026. The associated NAICS Code is 339112, Surgical Appliance and Supplies Manufacturing. Quotes are being accepted for x8-2t Philips Transducer probes. The transesophageal ultrasound probes will be utilized in the Ann Arbor VA (VAAAHS) during transcatheter aortic valve replacement (TAVR) studies. A limited source justification has been approved for this procurement, therefore any offers for transducer probes other than the one specified will not be considered. There will be a pre-quote Request for Information (RFI) window for potential respondents. Questions/RFI should be sent to shelton.beasley@va.gov with Transducers AAVAMC in the subject of the email. The deadline to submit questions/RFI is 12-12-2025 at 11:59 AM, ET. Late RFI questions will only be answered if doing so, benefits the VA. Delivery shall be provided no later than 30 days after receipt of order (ARO). Delivery terms are FOB Destination Place of Performance/Place of Delivery Address: LTC Charles S Kettles VA Medical Center 2215 Fuller Rd Ann Arbor, MI Postal Code: 48105 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 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits an quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (12) Verifiable documentation from the manufacturer specifically identifying the quoter as an authorized reseller or dealer of the item offered, so that all protections and warranties offered by the manufacturer fully transfer to the VA. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) FAR 52.212-3 Offerors Representations and Certifications Commercial Products and Commercial Services (Oct 2025) Offerors shall only complete paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) website located at https://sam.gov/ If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The entire text of this provision is available at: http://www.acquisition.gov/far/index.html FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) The Government will award a contract resulting from this solicitation to the responsible offeror 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. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision many be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) (End of Provision) 52.252-5 Authorized Deviations in Provisions (NOV 2020) As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(DEVIATION)" after the date of the provision. Authorized Deviations in Provisions (Nov 2020) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. The use in this solicitation of any VA Acquisition Regulation (VAAR) (48 CFR Chapter 8) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (NOV 2024) FAR 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) FAR 52.204-29 FEDERAL ACQUISTION SUPPLY CHAIN SECURITY ACT ORDERS- REPRESENATION AND DISCLOSURES (DEC 2023) FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023) FAR 52.225-2 BUY AMERICAN CERTIFCATE (OCT 2022) FAR 52.225-18 PLACE OF MANUFACTURE (AUG 2018) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of Provision) VAAR 852.214-72 ALTERNATE ITEM(S) (MAY2018) VAAR 852.273-70 LATE OFFERS (NOV 2021) The following contract clauses apply to this acquisition: 52.252-2 Solicitation Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) (End of Clause) 52.252-5 Authorized Deviations in Clauses (NOV 2020) As prescribed in 52.107(f), insert the following clause in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(DEVIATION)" after the date of the clause. Authorized Deviations in Provisions (Nov 2020) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. The use in this solicitation of any VA Acquisition Regulation (VAAR) (48 CFR Chapter 8) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) FAR 52.203-17 CONTRACT EMPLOYEE WHISTLEBLOWER RIGHTS (NOV 2023) FAR 52.203-19 PROHIBITION ON REQUIRING CERTAIN CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT-MAINTENANCE (DEVIATION NOV 2025) FAR 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, PROPOSED FOR DEBARMENT OR VOLUNTARILY EXCLUDED (DEVIATION NOV 2025) FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2025) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2025) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION DATE TBD) FAR 52.219-33 NONMANUFACTURER RULE (DEVIATION DATE TBD) FAR 52.222-3 CONVICT LABOR (DEVIATION DATE TBD) FAR 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION DATE TBD) FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEVIATION TBD) FAR 52.223-23 SUSATAINABLE PRODUCTS (DEVIATION NOV 2025) FAR 52.225-1 BUY AMERICAN-SUPPLIES (DEVITATION TBD) FAR 52.225-3 BUY AMERICAN-FREE TRADE AGREEMENT-ISRAELI TRADE ACT (DEVIATION TBD) FAR 52.225-18 PLACE OF MANUFACTURE FAR 52.226-8 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024) FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2018) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) FAR 52.233-3 PROTEST AFTER AWARD (DEVIATION NOV 2025) FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (DEVIATION NOV 2025) FAR 52.240-91 SECURITY PROHIBITIONS AND EXCLUSIONS (DEVIATION NOV 2025) FAR 52.240-93 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (DEVIATION NOV 2025) FAR 52.244-6 SUBCONTRACTS FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION OCT 2025) VAAR 852.203-70 COMMERICAL ADVERTISING (MAY 2018) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.246-71 REJECTED GOODS VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT All quoters shall submit the following: A detailed quote specifically indicating the items indicated above in the Services and Supplies section above in the quantities desired. Proof of current SAM registration at the time of offer. Verifiable documentation from the manufacturer, Philips, (on Philips letter head) detailing that the quoter is an authorized dealer/reseller of the specific items in the Services and Supplies section above All quotes shall be sent to the VA Network Contracting Office (NCO) 10, Contracting Officer, Shelton Beasley at shelton.beasley@va.gov The subject of the email should read: Transducers Ann Arbor VAMC The following are the decision factors: 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 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." Submission of your response shall be received not later than 3:00 PM 12-18-2025 at shelton.beasley@va.gov Hand delivered quotes will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). *This is a limited source procurement. Quotes for only the items specified in the Supplies/Services section of this document will be accepted. Please see the attached Limited Source Justification (LSJ). 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: Shelton Beasley, Contracting Officer, 614-257-5829, shelton.beasley@va.gov