SOLICITATION NOTICE
65 -- (2) MONOPLACE HYPERBARIC CHAMBERS (600)
- Notice Date
- 4/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network 22 Logistics Office;Building 149;5901 E. 7th Street;Long Beach CA 90822
- ZIP Code
- 90822
- Solicitation Number
- VA-262-07-RQ-0017LG
- Response Due
- 4/24/2007
- Archive Date
- 5/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number VA-262-07-RQ-0017LG is issued as a request for quote (RFQ) and is a brand name or equal. Brand name or equal description is intended to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirements. No telephone requests will be accepted. (iii) This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-16. (iv) The North American Industry Classification System Code (NAICS) is 339112 and the Small Business Standard is 500 employees. The proposed contract listed herein is a 100% SMALL BUSINESS SET-ASIDE. Women and small disadvantaged businesses are encouraged to submit offers. ALL SUBMISSIONS MUST STATE THE BUSINESS SIZE. (v) Line Item 0001: Sechrist 33" diameter Monoplace Hyperbaric Chamber with Electronic Control Module, Reverse, Part No. 3300ER or equal. 1 EA - UNIT PRICE $ _______________, Less Trade-in of one (1) Hyperbaric Chamber Model 2500B $ _______________, TOTAL PRICE $ _______________. Line Item 002: Sechrist 36" diameter Monoplace Hyperbaric Chamber with Electronic Control Module, Standard, Part No. 3600E or equal. 1 EA - UNIT PRICE $ __________________, Less Trade-in of one (1) Hyperbaric Chamber Model 2500B $ _______________, TOTAL PRICE $ _______________. (vi) Each Monoplace Hyperbaric Chamber shall include the following: (1 ea.) standard gurney assembly with deluxe wide patient stretcher and mattress; (1ea.) patient call assembly; (1 ea.) 19 pin electrical port - door slide hull; (3 ea.) i.v. pass through ports; (1 ea.) cotton cover; (1 lot) non stock hoses and adapters for installation; (1 lot) non stock spare parts kit; (2 ea.) owner's manuals. vii) Place of performance is the VA Long Beach Healthcare System (VALBHS), 5901 E. 7th Street, Long Beach, CA 90822. Delivery of equipment shall be F.O.B. Destination within consignee's premises, Warehouse building 149 on or about May 1, 2007. Installation shall be included at no additional cost to the Government. At the time of delivery, the equipment and all associated equipment shall be new, free from defects and in good working condition. Re-manufactured equipment will not be accepted. (viii) Offerors must comply with all instructions contained in provision 52.212-1 Instructions to Offerors - Commercial Items (01/04). As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement, VA uses an online database, the Contractor Performance System (CPS), which is maintained by the National Institutes of Health (NIH). The CPS database information is shared with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. You are required to register with the NIH CPS database at the following web address: CPS - https://cpscontractor.nih.gov. Further, your registered representative data, as well as any other information in your registration data, must be kept current. Performance evaluations entered into CPS by the contracting officer will be assigned to the contractor's registered representative for comment. Failure to comment and reassign the report back to the contracting officer, or to maintain current registration, will result in the Government's evaluation being entered in the database with a statement that you have failed to respond. Help in registering can be obtained by contacting CPS Support E-mail (cps-support-1@list.nih.gov) or by calling (301) 451-2771. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), after initial registration, the contractor is required to update registration data as changes occur and must re-register annually to ensure all data remains current. Noncompliance with this requirement will preclude the exercising of any option periods that may be included herein and will be cause for termination of the contract at such time noncompliance is discovered. Refer to cited Clause for more details. You are required to register with the CCR database at the following web address: CCR - http://www.ccr.gov. IT IS IMPERATIVE THAT YOU COMPLETE THESE REGISTRATIONS IN ORDER TO BE CONSIDERED FOR CONTRACT AWARD. AWARD CANNOT BE MADE TO A CONTRACTOR NOT REGISTERED IN BOTH OF THESE DATABASE SYSTEMS. In accordance with FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm in the space provided: DUNS# ____ ____ - ____ ____ ____ - ____ ____ ____ ____. (ix) The Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the size, function and operation of the items. To be technically acceptable the items shall meet the Government's requirements. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. ALL offerors shall submit descriptive literature, specification sheets, warranty information, manufacturer and part numbers. Offeror's who have not previously provided the same or similar type of services/supplies at the VA Healthcare System listed herein shall provide with their quote a list of Federal, State and Local governments and private contracts under which you have provided the same or similar services/supplies required in this solicitation within the last three (3) years. Offeror's are required to furnish, for the purpose of evaluating responsibility/past performance, the names, address and telephone numbers of a minimum of two (2) references for which the same or similar services/supplies have been furnished. Only offeror's that can meet all requirements in this solicitation will be considered for award. (x) 52.212-3 Offerors Representations and Certifications - Commercial Items (01/04) - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from http://www.arnet.gov/far. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items (10/03) (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (03/04). The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 5, 9, 16, 17, 18, 19, 20, 21, 24, 27, and 33. The following additional clauses and provisions apply: FAR 52.204-7 Central Contractor Registration (07/06); FAR 52.211-6 Brand Name or Equal (08/99); FAR 52.232-18 Availability of Funds (04/84); FAR 52.232-19 Availability of Funds for Next Fiscal Year (04/84); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (05/99); FAR 52.233-2 Service of Protest (09/06); VAAR 852.211-70 Service Data Manual (11/84); VAAR 852.211-71(a) Guarantee (11/84); VAAR 852.211-77 Brand Name or Equal (11/84); VAAR 852.270-4 Commercial Advertising (11/84); VAAR 852.233-70 Protest Content (01/98); VAAR 852.233-71 Alternate Protest Procedures (01/98); VAAR 852.237-70 Contractor Responsibilities (04/84); VAAR 852.270-1 Representatives of Contracting Officers (04/84). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 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. The full text of a clause and provision may be accessed electronically at this/these addresses: Federal Acquisition Regulation Home Page: http://www.arnet.gov/far/. Veterans Affairs Acquisition Regulation Home Page: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. (xiii) Other terms and conditions of the requirement are as follows: warranty requirements for new equipment shall be for one year parts and labor. Technical in-service training shall be provided at no additional cost to the Government. Equipment for trade-in shall be picked up at 5901 E. 7th Street, Long Beach CA. 90822 at the SCI HBO building 150 Room U-125 at no additional cost to the Government. Equipment to be traded-in is as follows: (2) Hyperbaric Chambers, Model 2500B. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. (xv) There are no applicable Numbered Notes. (xvi) The Government will consider all proposals received by 3:00 PM Pacific Daylight Time April 24, 2007. Offers are to be received at the Department of Veterans Affairs, Network 22 Logistics Office, 5901 E. 7th Street, Building 149, Long Beach CA 90822, ATTN: Lon-Det Givens (VA-262-07-RQ-0017LG). (xvii) For information you can contact Lon-Det Givens at 562-826-8000 ext.6051 or by fax at 562-961-1351.
- Place of Performance
- Address: VA Long Beach Healthcare System;5901 E. 7th Street;Long Beach, CA
- Zip Code: 90822
- Country: United States
- Zip Code: 90822
- Record
- SN01272858-W 20070415/070413220623 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |