Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
DOCUMENT

65 -- CRYOCONSOLE ABLATION SYSTEM - Attachment

Notice Date
8/24/2015
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24815Q1500
 
Response Due
9/4/2015
 
Archive Date
9/19/2015
 
Point of Contact
Debra C. Flanders
 
E-Mail Address
Contracting Specialist
(Debra.Flanders@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commodities (CryoConsole cryoablation system for cardiac ablation procedures) for the Orlando VA Medical Center, Orlando, FL 32827-7403. It is 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 formal written solicitation will not be issued. (ii) The combined synopsis solicitation number is VA248-15-Q-1500. It is issued as a Request for quotation (RFQ). (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-83 (JULY 5, 2015). (iv) The combined synopsis solicitation is UNRESTRICTED. NAICS is 334510. Business size standard is 500 employees. (v) This combined synopsis solicitation is for the purchase of a cryoablation system for cardiac ablation procedures. See schedule below for more information. (vi) Description of Requirement as follows. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001CryoConsole, GEN V CONSOLE ITEM ID# M-1889 1.00EA____________________________________ 0002REUSABLE ACCESSORIES - OPENING ORDER Auto Connection Box 2.00EA____________________________________ 0003Footswitch 1.00EA____________________________________ 0004ECG Cable 2.00EA____________________________________ 0005White Scavenging Hose 6.0m / 20ft 1.00EA____________________________________ 0006N2O Refrigerant Tank (full) 4.00EA____________________________________ 0007North American Power Cord 1.00EA____________________________________ 0008Wrench 1.00EA____________________________________ 0009CryoConsole Operator's Manual for REF 106A3 2.00EA____________________________________ 0010Biomed Training (onsite only) 2.00EA____________________________________ 0011Operator Training 1.00EA____________________________________ 0012Installation (if available from local Rep) 1.00EA____________________________________ GRAND TOTAL (vii) The equipment is to be delivered on or before October 15, 2015 at the expenses of the offeror to Orlando VA Medical Center, Orlando, FL 32827-7403. (viii) Provision 52.212-1, Instructions to Offerors - Commercial (JUL 2013), applies to this acquisition. Provisions included incorporated by reference are: "Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007) 52.204-5 WOSB (Other than Small Business)(MAY 1999); 52.212-1 Instructions to Offerors - Commercial Items (APR 2014); 52.212-3 Offeror Representations and Certifications - Commercial items (MAY 2014) 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representation and Certification (DEC 2012) "52.211-6 Brand Name or Equal (AUG 1999); "52.225-18 Place of Manufacture (SEP 2006); "52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) (ix) Provision 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The best value method will be used. The following are the evaluation factors to be used: Price, Technical and Past Performance. "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical and Past Performance. Technical and past performance requirements, when combined, are approximately to cost and price" (x) It is advised that Offerors include a completed copy of the provision at 52.212-3 Offeror Representation and Certification - Commercial Items (AUG 2013) with its Offer. (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ Clauses and provisions included are: "Addendum to FAR 52.212-4 Contract and Conditions - Commercial Items; 52.202-1 Definitions (NOV 2013); 52.203-3 Gratuities (APR 1984); 52.203-12 Limitation on payments to influence certain federal transactions (OCT 2010); 52.204-4 Printed or copied double-sided on recycled paper (MAY 2011); 52.204-7 System for award management (JUL 2013) ; 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $ 15,000.00 (MAY 2014); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.232-17 Interest (MAY 2014); 52.233-4 Applicable law for breach of contract claim (OCT 2004); 52.243-1 Changes -Fixed Price (AUG 1987); "52.212-4 Contract Terms and Conditions - Commercial items (SEP 2013); "52.252-2 Clauses Incorporated by Reference (FEB 1998); "852.252-70 Solicitation Provisions or Clauses Incorporated by reference (JAN 2008); 852.203-70 Commercial Advertising (JAN 2008); 852.215-70 SDVOSB and VOSB Evaluation Factors (DEC 2009); 852.215-71 Evaluation Factor Commitments (DEC 2009); 852.246-71 Inspection (JAN 2008); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); "852.233-71 Alternate Protest Procedure (JAN 1998); "852.246-70 Guarantee (JAN 2008); (xii) 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are incorporated by reference: "52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S. C. 2402) "52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). "52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3). "52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)); "52.222-3, Convict Labor (June 2003) (E.O. 11755); "52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126); "52.222-21, Prohibition of Segregated Facilities (Feb 1999); "52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); "52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). "52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); "52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). "52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). "52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)); "52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); "52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d); "52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); "52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). "52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); "52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78); (xiii) NA. (xiv) NA. (xv) The RFQ is due on September 4, 2015, at 3:00 PM EST by e-mail to Debra.Flanders@va.gov. Offers received after the exact time specified in the solicitation are considered late and may not be considered if the action would unduly delay the acquisition. All questions to be submitted NLT August 28, 2015 at 3:00 PM. No questions will be accepted after August 28, 2015 at 3:00 PM. Responses to all received questions will be provided by modification NLT September 1, 2015 at 3:00 PM. For further information contact Debra Flanders via e-mail at Debra.Flanders@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24815Q1500/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1500 VA248-15-Q-1500_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2270130&FileName=VA248-15-Q-1500-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2270130&FileName=VA248-15-Q-1500-000.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: Orlando VA Medical Center;13800 Veterans Way;Orlando FL
Zip Code: 32827-7403
 
Record
SN03853534-W 20150826/150825000451-105213897991d5407cc518ecc5b9c555 (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.