Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
SOLICITATION NOTICE

Q -- IN HOUSE OXYGEN

Notice Date
3/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
532291 — Home Health Equipment Rental
 
Contracting Office
VA Medical Center;Department of Veterans Affairs;Lebanon VA Medical Center, Room 150;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
 
ZIP Code
17042
 
Solicitation Number
VA-244-08-RP-0161
 
Response Due
4/16/2008
 
Archive Date
5/16/2008
 
Point of Contact
Sally Bentz PH: 717-228-5938
 
E-Mail Address
Email your questions to Contract Specialist
(sally.bentz@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. The associated North American Industrial Classification System (NAICS) code for this procurement is 532291 with a small business size standard of $6.0 million. This requirement is a small business set aside. The Lebanon VA Medical Center is seeking a contractor to provide a minimum of 8 oxygen fill sites (liquid stationary tanks) and a minimum of 50 to 60 liquid portable units to be placed in 3 or more buildings at the VA Medical Center, Lebanon, PA. 17042. One stationary unit will be placed in our clinic In Camp Hill, PA. These stationary units must accommodate approximately 5200 pounds of usage per month. All equipment provided must be compatible with the equipment used in our home oxygen system. The current system is Penox, Puritan Bennet or comparable. All equipment must be marked with its own serial number for tracking purposes. Deliveries are to be made on Monday and Friday with Wednesday being the extra delivery day as needed. All quantities are estimated. Contract will be for one (1) base period and two (2) one year option years. BASE PERIOD - JULY 1, 2008 TO MARCH, 31, 2009 1. Liquid Stationary Tanks -rental-15---each_________per month (40 liter or larger) 2. Oxygen---5200---lbs_________per pound 3. Liquid portable units---50-60---each---__________per month 4. 40 Liter Puritan Bennett (Helios)---1---each--- __________per month OPTION YEAR #1 - APRIL 1, 2009 TO MARCH 31, 2010 1. Liquid Stationary Tanks -rental---15---each_________per month (40 liter or larger) 2. Oxygen---5200lbs _________per pound 3. Liquid portable units---50-60---each---_________per month 4. 40 Liter Puritan Bennett (Helios)---1---each--- __________per month OPTION YEAR #1 - APRIL 1, 2010 TO MARCH 31, 2011 1. Liquid Stationary Tanks -rental---15---each---___________per month (40 liter or larger) 2. Oxygen---5200---lbs---___________per pound 3. Liquid portable units---50-60---each--- ____________per month 4. 40 Liter Puritan Bennett (Helios)---1---each---___________per month Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the solicitation, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the solicitation; and pay all charges to the specified point of delivery. The contractor shall deliver to VA Medical Center, 1700 S. Lincoln Ave., Lebanon, PA 17042. Award shall be made to the contractor whose proposal offers the best value to the Government, technical capability and price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor and 2) Price. Technical capability and price, shall be equal. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the proposal. Contractors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. All proposals shall be sent to the VA Medical Center, 1700 S. Lincoln Ave., (125), ATTN: Sally Bentz, Lebanon, PA ., 17042 This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the proposed price. However, the terms and conditions stated herein will be included in any resultant Contract, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the proposal. Submission shall be received not later than 2:00 p.m. local time on April 16, 2008 at the VA Medical Center, 1700 S. Lincoln Ave., ATTN: Sally Bentz, Lebanon, PA 17042. Contractors making the delivery shall bring photo identification, or they will be denied access to the facility. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to (Sally Bentz) at sally.bentz@va.gov. FAXED AND E-MAILED PROPOSALS WILL BE ACCEPTED.
 
Place of Performance
Address: VA MEDICAL CENTER;1700 S. LINCOLN AVENUE;LEBANON, PA
Zip Code: 17042
Country: USA
 
Record
SN01529387-W 20080313/080311223916 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.