Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2013 FBO #4311
DOCUMENT

65 -- UL PRO DLX HDLIGHT CAMERA SYSTEM (BRAND NAME OR EQUAL) - Attachment

Notice Date
9/11/2013
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26213Q1590
 
Response Due
9/16/2013
 
Archive Date
10/16/2013
 
Point of Contact
Omar Majette
 
E-Mail Address
6-2249<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items UL PRO DLX HDLIGHT CAMERA SYSTEM (NTSC) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA261-13-Q-1590 and is issued as an (RFQ) Request For Quotation, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100 employees. This requirement is solicited as TOTAL SMALL BUSINESS SET- ASIDE and only qualified vendors may submit quotes. The VHA NCO 22 - Long Beach, CA requires the following items, Brand Name or Equal, to the following: CLIN Description/Part Number*QtyUnit 0001UL PRO DLX HDLIGHT CAMERA SYSTEM (NTSC) Model Number: 003085NTSC1EA The following information list the Salient characteristics for the required item; all offers and quotes will be evaluated based upon the equivalency of the technical characteristics listed below: Model Options: 003085NTSC includes Camera Control Unit (CCU) and Camera head mounted on the UltraLite ® Headlight System 003085PAL includes Camera Control Unit (CCU) and Camera head mounted on the UltraLite ® Headlight System Weight: Camera Head: 0.99 oz (28g) (without camera cable) Control Unit: 1.5 lbs (700g) Dimensions: Camera Head: W: 0.42" (10.7mm), L: 3.33" (84.6mm), D: 0.54" (13.7mm) Control Unit: W: 4.6" (117 mm), H: 2.33" (59mm), D: 5.7" (145mm) Power Supply: 100-240VAC ±10% Power Consumption: 25W (max.) 5W nominal Effective pixel number: Horizontal: 752 pixels; Vertical: 582 pixels - PAL Horizontal: 768 pixels; Vertical: 494 pixels - NTSC Effective image area: Horizontal: 3.65 mm; Vertical: 2.71 mm (1/4 inch type) Certifications: Electrical safety: IEC 60601-1, UL 60601-1, CAN/CSA C22.2 No. 601.1-M90, IEC 60601-2-18 Water Ingress Rating: IEC 60529 IPXO Electromagnetic compatibility: IEC 60601-1-2: Class A, IEC 61000-3-2, IEC 61000-3-3 Classifications: Type BF, Class II This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. BRAND NAME OR EQUAL: 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following VAAR clauses are also applicable to this acquisition: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26213Q1590/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-13-Q-1590 VA262-13-Q-1590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=999095&FileName=VA262-13-Q-1590-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=999095&FileName=VA262-13-Q-1590-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA San Diego Veteran Healthcare System;Warehouse;3350 LaJolla Village Drive;San Diego, Ca
Zip Code: 92161
 
Record
SN03183776-W 20130913/130911235730-f860cad6a2694950768726a60bfa93cd (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.