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 (36C25025Q0920). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. This solicitation is full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 513210, Software Publishers with a small business size standard of 1100. The FSC/PSC is 6530. The Department of Veterans Affairs, Network Contracting Office (NCO)10, Louis Stokes Cleveland VA Medical Center 10701 East Blvd., Cleveland, Ohio 44106 is seeking to purchase equipment, GOJO Purell Smartlink, AMS maintenance and service. 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 207.00 EA ANNUAL SOFTWARE AGREEMENT S-L-AMS Program A Contract Period: Base POP Begin: 09-11-2025 POP End: 09-10-2026 PRINCIPAL NAICS CODE: 513210 - Software Publishers PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): Base Year NATIONAL STOCK NUMBER: Base Year LOCAL STOCK NUMBER: Base Year ACRN: 1 Requisition Number: 552-25-4-690-0052 Appropriation: 552-3650160-690-820100 MEDICAL SERVICE-2560 Medical Care Contracts an-010020190 0002 207.00 EA AMS MAINTENANCE PLANS SP-Enhanced Contract Period: Base POP Begin: 09-11-2025 POP End: 09-10-2026 PRINCIPAL NAICS CODE: 513210 - Software Publishers PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): Base Year NATIONAL STOCK NUMBER: Base Year LOCAL STOCK NUMBER: Base Year ACRN: 1 Requisition Number: 552-25-4-690-0052 Appropriation: 552-3650160-690-820100 MEDICAL SERVICE-2560 Medical Care Contracts an-010020190 0003 207.00 EA S-L-OBV OBV SYSTEM ANNUAL SUBSCRIPTION Contract Period: Base POP Begin: 09-11-2025 POP End: 09-10-2026 PRINCIPAL NAICS CODE: 513210 - Software Publishers PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): Base Year NATIONAL STOCK NUMBER: Base Year LOCAL STOCK NUMBER: Base Year 0004 585.00 EA S-L-SA PROGRAM Contract Period: Base POP Begin: 09-11-2025 POP End: 09-10-2026 PRINCIPAL NAICS CODE: 513210 - Software Publishers PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): Base Year NATIONAL STOCK NUMBER: Base Year LOCAL STOCK NUMBER: Base Year ACRN: 1 Requisition Number: 552-25-4-690-0052 Appropriation: 552-3650160-690-820100 MEDICAL SERVICE-2560 Medical Care Contracts an-010020190 0005 1.00 YR CCS-HHS Contract Period: Base POP Begin: 09-11-2025 POP End: 09-10-2026 PRINCIPAL NAICS CODE: 513210 - Software Publishers PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): Base Year NATIONAL STOCK NUMBER: Base Year LOCAL STOCK NUMBER: Base Year ACRN: 1 Requisition Number: 552-25-4-690-0052 Appropriation: 552-3650160-690-820100 MEDICAL SERVICE-2560 Medical Care Contracts an-010020190 Base plus all option years: Option Year :1001 Option Year: 2001 Option Year: 3001 Option Year: 4001 Gojo Purell Smartlink, AMS maintenance and service of automatic hand sensors at the Dayton VA Medical Center. Delivery instructions: All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. The type of delivery will be specified when the order is placed. Place of Performance/Place of Delivery Address: Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (FEB 2024) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Nov 2021) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) All quoters shall submit the following: All documents shall be emailed and reference in the subject line: 36C25025Q0920. All quotes shall be sent to the Jennifer A. Tisdale, email: jennifer.tisdale@va.gov. The 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: This procurement is for new items only; no remanufactured or "gray market" items. No remanufacturers or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and 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 exceptions(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 3:30pm local time, September 10,2025 at jennifer.tisdale@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 Jennifer A. Tisdale Contract Specialist Network Contracting Office (NCO) 10 Office: 216-447-8010 Email: jennifer.tisdale@va.gov DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C250-25-AP-4104 Contracting Activity: Department of Veterans Affairs, VISN10, Network Contracting Office 6100 Oak Tree Blvd., Suite 490, Independence, OH 44131; Dayton VA Medical Center 4100 W. Third Street, Dayton, OH 45428. 2237: 552-25-4-690-0052 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: Gojo Purell SMARTLINK Activity Monitoring System (AMS) is an automatic/sensing system for the equipment installed throughout the Dayton VAMC; this request is for continuity of service and maintenance of all the automatic hand sanitizers covering five years. This is for a base+ 4 contract request. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Gojo Industries Inc. is the sole distributor and manufacturer of this hardware and software (non-connectivity to VA system) to go with the Purell hand sanitizers located at the Dayton VA Medical Center. This base+4 covers continuity of maintenance and service. AMS is a group-based electronic hand hygiene monitoring system, with proprietary tracking, near-real time hand hygiene performance within the clinical environment, providing accurate data to improve proper hand hygiene. The system is comprised of proprietary hardware and software technology to deliver: - Group-based tracking (no staff badging) of all individuals - Electronic collection of actual hand hygiene dispenser usage (events) - Electronic collection of actual in/out of room activity (opportunities) - Collation of collected data reported through a secure web-based reporting software - System capability to compare total dispenser events to potential wash in/out opportunities - Reporting capabilities at the facility, unit, or room level providing 24/7/365 access - Hardware includes Proprietary network (gateways/repeaters), activity counters, and electronic communication modules connected with Purell and Provon dispensers Revision: 01 Effective Date: 11/15/2024 Page 2 of 2 Acquisition ID# 36C250-25-AP-4104 Description of market research conducted and results or statement why it was not conducted: Market research was conducted to locate adequate small business concerns on GSA Advantage/eBuy, eLibrary, FPDS, SAM, DSBS, and the Internet. There is only one available vendor who can provide the said product/service, Gojo Industries, Inc., a large business. The VA s Rule of Two cannot be met at this time. There are no negative reports in EPLS or FAPIIS. Recommend sole source to Gojo Industries, Inc., a large business. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ ________________________ Name: Gina P. Crank Date Title: Contracting Officer