Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SOLICITATION NOTICE

65 -- OPTION - VPRO

Notice Date
8/2/2013
 
Notice Type
Presolicitation
 
Contracting Office
6150 Oak Tree Blvd., Independence, OH 44135
 
ZIP Code
44135
 
Solicitation Number
VA250-13-QQ-0435-03
 
Response Due
8/7/2013
 
Archive Date
2/3/2014
 
Point of Contact
Name: Rachelle Hamer, Title: Contracting Specialist, Phone: 2164478300, Fax: 2164478310
 
E-Mail Address
rachelle.hamer@va.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number VA250-13-QQ-0435-03. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 500930_03. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-08-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cleveland, OH 44106 The VHA NCO 10 - 541 - Cleveland, OH requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 07/01/2013 - 06/30/2014 LI 001: V-PRO MAX SINGLE DOOR CABINET. 208-230V MFR: STERIS STOCK#: VP30002101, 1, EA; LI 002: V-PRO MAX STERILANT CASE MFR: STERIS STOCK#: PB007, 1, EA; LI 003: VERIFY SV24, SELF CONTAINED BIOLOGICAL INDICATOR FOR VAPORIZED VH202 STERILATION PROCESSES MFR: STERIS STOCK#: LCB020, 1, EA; LI 004: VERIFY PROCESS INDICATOR STRIP FOR VAPORIZED VH202 STERLIZATION PROCESSES. MFR: STERIS STOCK#: PCC046, 1, EA; LI 005: VERIFY VAPORIZED VH202 PROCESS INDICATOR ADHESIVE LABLE. MFR: STERIS STOCK: PCC048, 1, EA; LI 006: PLAIN TAPE- TO SECURE WRAP USED IN THE AMSCO V-PRO MAX UNIT. MFR: STERIS STOCK: RK032, 1, EA; LI 007: VERIFY 6 WELL STEAM INCUBATOR, 120V. THIS INCUBATOR CONTAINS 6 WELLS FOR INCUBATION OF THE VERIFY SCBIs. MFR: STERIS STOCK: RK032, 1, EA; LI 008: INSTALLATION, 1, JB; LI 009: 1ST YEAR PREVENTIVE MAINTENANCE. Parts, labor and travel for the coverage period. All replaced parts and labor performed have a 90-day warranty. The standard contract assumes four (4) inspections annually; pricing may be adjusted up front or each additional inspection will be billed at the time of service., 1, YR; LI 010: Two Year Extended Warranty The Extended Warranty covers unscheduled repair labor, unscheduled repair parts, and related travel charges during the extended warranty period. Warranty to commence upon completion one year standard warranty to provide for a total of three years., 2, YR; Option 1 Period of Performance: 07/01/2014 - 06/30/2015 LI 001: OPTION YEAR 1 PREVENTIVE MAINTENANCE. Parts, labor and travel for the coverage period. All replaced parts and labor performed have a 90-day warranty. The standard contract assumes four (4) inspections annually; pricing may be adjusted up front or each additional inspection will be billed at the time of service., 1, YR; Option 2 Period of Performance: 07/01/2015 - 06/30/2016 LI 001: OPTION YEAR 2 PREVENTIVE MAINTENANCE. Parts, labor and travel for the coverage period. All replaced parts and labor performed have a 90-day warranty. The standard contract assumes four (4) inspections annually; pricing may be adjusted up front or each additional inspection will be billed at the time of service., 1, YR; Option 3 Period of Performance: 07/01/2016 - 06/30/2017 LI 001: OPTION YEAR 3 PREVENTIVE MAINTENANCE. Parts, labor and travel for the coverage period. All replaced parts and labor performed have a 90-day warranty. The standard contract assumes four (4) inspections annually; pricing may be adjusted up front or each additional inspection will be billed at the time of service., 1, YR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 10 - 541 - Cleveland, OH intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 10 - 541 - Cleveland, OH is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. Minimum Bid Decrement is $10 The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order or Delivery Order Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. This is a Best Value Procurement. This award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to Buyer on the basis of technical capability, past performance, delivery, and price. Technical capacity is more important than past performance. Past performance is more important that delivery. Delivery is more important than price. Sellers certify that they are an Authorized Channel or Reseller as of the date of the submission of its Bid, and that they have the authorization required to support the product sale, product pricing, and product warranties in accordance with applicable manufacturer authorization requirements. Unless otherwise specified, Sellers warrant that the products are new and in their original packaging and the OEM warranties remain in full effect. The Sellers confirm to have sourced all products submitted in this Bid from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and the manufacturer?s current applicable policies at the time of purchase. If software is provided or included, Sellers shall, upon request, provide Buyers with a copy of the End User License Agreement. Sellers certify that all manufacturer software is licensed originally to the Buying organization as the original licensee authorized to use the software. Sellers shall be registered in SAM within five business days of FedBid auction closing in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA250-13-QQ-0435-03/listing.html)
 
Place of Performance
Address: Cleveland, OH 44106
Zip Code: 44106
 
Record
SN03136828-W 20130804/130802235211-a0f78d1932e576d0b38256ca9e11f585 (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.