Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2012 FBO #4039
DOCUMENT

65 -- PRISMAFLEX - Attachment

Notice Date
12/13/2012
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25713Q0373
 
Archive Date
2/11/2013
 
Point of Contact
Nakaura Yusuf
 
E-Mail Address
694-6295<br
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is VA257-13-Q-0279. This acquisition is issued as a Request for Proposal (RFP) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 (iv) This acquisition is a small business set-aside. The associated NAICS code is 423450. The business size standard is 100. (v) The following is a list of contract line item number(s) and items, quantities and units of measure: CLIN 0001 The Government requires one (1) BRAND NAME OR EQUAL Prismflex System QTY (3); Prismaflo II Warmer LG Sleeve WTY (3); Prismaflex Warmer Holder WTY (3); Prismaflex Biomed Tuition QTY (1), in accordance with the similar Salient Characteristics. The contractor shall provide shipping, installation, two (2) day training on site at 7400 Merton Minter Blvd, San Antonio TX, and training to be provided onsite. (vii) Delivery is required within 90 days of award. Acceptance shall be performed at Department of Veteran Affairs 7400 Merton Minter Blvd. The Freight on Board (FOB) point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria is as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) relevant records of past sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/VAAR clauses cited in this clause are applicable: (xiii) The following additional contract requirement(s) or terms and conditions apply: A copy of the full text provisions will be made available upon request. a) 52.204-9 Personal Identity Verification of Contract Personnel b) 52.209-7 Information Regarding Responsibility Matters c) 52.224-1 Privacy Act Notification d) 52.224-2 Privacy Act e) 52.228-5 Insurance- Work on a Government Installation f) 852.237-70 Contractor Responsibilities g) 852.273-76 Electronic Invoice Submission h) 52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ i)52.212-4 Contract Terms and Conditions j) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive k) 52.525-2 Clauses Incorporated by Reference l) 52.212-1 Instructions to Offerors- Commercial Items. m) 52.212-2 Evaluation- Commercial Items n) 52.212-3 Offeror Representation and Certification- Commercial Items For information regarding this solicitation, please contact Ms. Nakaura Yusuf; Email: Nakaura.yusuf2@va.gov. quote mark NO TELEPHONE REQUESTS WILL BE HONORED quote mark
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25713Q0373/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-13-Q-0373 VA257-13-Q-0373.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552330&FileName=VA257-13-Q-0373-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552330&FileName=VA257-13-Q-0373-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02948556-W 20121215/121213234706-4d0bd821ce0c62eaa71e6490979a109a (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.