DOCUMENT
65 -- Hush Slush system - Attachment
- Notice Date
- 6/9/2015
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;North Texas Veterans Health Care Center;Network Contracting Office 17;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- VA25715Q1186
- Response Due
- 6/15/2015
- Archive Date
- 6/20/2015
- Point of Contact
- Lynn Pettit
- E-Mail Address
-
lynn.pettit@va.gov
(Lynn.Pettit@va.gov)
- Small Business Set-Aside
- N/A
- 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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is VA257-15-Q-1186. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The associated North American Industrial Classification System Code (NAICS) for this procurement is 339112 with a small business standard of 500 employees. This acquisition is solicited as a set-aside for small business. Network Contracting Office 17 requests responses from qualified sources capable of providing the following item(s): PRODUCT NUMBERDESCRIPTIONQTY ORS-1075HSHush-Slush Machine machine features whisper-quiet operation and has a 7.5-liter slush basin. Surface mounted On/Off controls allow scrub nurse to operate in the sterile field.1 EA ORS-K24ORTAUTO-SLUSH Automated Slush System Kit consists of the equipment necessary to automate the slush making capability of the ORS-1075HS.1 EA ORS-2038DIntra-operative Solution Warmer consists of one 3.8-liter warming basin with surface mounted controls that can be operated in the sterile field. Digital temperature control selects and maintains fluid temperature up to 120 ° F1 EA The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price. 52.212-3 Offeror Representations and Certifications - Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-13, Notice of Set-Aside of Orders 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-18, Availability of Funds 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management 852.203-70, Commercial Advertising 852.211-70, Service Data Manuals 852.211-73, Brand Name or Equal 852.232-72, Electronic Submission of Payment Requests 852.246-70, Guarantee 852.246-71, Inspection 852.273-74, Awards Without Exchanges The Government will award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. All responsible sources should submit quotes to Lynn Pettit via e-mail: Lynn.Pettit@va.gov by Monday, June 15, 2015, 12:00PM CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25715Q1186/listing.html)
- Document(s)
- Attachment
- File Name: VA257-15-Q-1186 VA257-15-Q-1186.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2096275&FileName=VA257-15-Q-1186-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2096275&FileName=VA257-15-Q-1186-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-15-Q-1186 VA257-15-Q-1186.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2096275&FileName=VA257-15-Q-1186-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;North Texas Veterans Health Care Center;4500 S. Lancaster Road;Dallas TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN03757764-W 20150611/150609234948-77301e8aa8eea61e5b5d76dae56864ae (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 |