Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2016 FBO #5180
DOCUMENT

65 -- R&D Mobile HomeCage - Attachment

Notice Date
1/27/2016
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q0266
 
Response Due
1/29/2016
 
Archive Date
2/12/2016
 
Point of Contact
Dino LaRocca
 
E-Mail Address
9-7214<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Solicitation: VA-247-16-Q-0266 Mobile Home Cage Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This solicitation is issued as a total VETERAN OWNED SMALL BUSINESS (VOSB) set-aside. The North American Industry Classification System (NAICS) code is 339113: Surgical Appliance and Supplies Manufacturing and the size standard is 500 employees. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified VOSB and SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for VOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported VOSB's and SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. This requirement consists of the following items brand name or equal: CLINITEM NUMBERDESCRIPTIONUNITQTY 0001NEUROTAR LT MHCv03Mobile HomeCageEA1 STATEMENT of WORK and Functional Performance 1.Introduction - What we are buying A device that: a.Holds the head of an unanesthetized mouse in place so that a microscope can peer into the animal's brain. b.The mouse is able to walk on the floor of the device because the floor floats on a cushion of air. Because the floor floats on air, the mouse is able to walk and explore its environment. All the time the head is firmly attached to the microscope lens. Animals are adapted over a period of many days to the device and they earn to navigate a training maze. c.This device will not connect with the VA network. d.The device will not store or record data on removable media. 2.Background The neuroscience research at this VA investigates brain circuitry regulating specific behaviors and how that circuitry breaks down in conditions such as PTSD or TBI. To identify the circuit it is necessary to "look" into the brains of rodents. A device that mounts onto a microscope and images the brains of rodents is urgently needed. 3.Scope a.A device that attaches to a microscope and permits imaging of the brain. b.The mouse must be able to behave while attached to the device. c.The floor must be suspended in air so that the mouse can walk and navigate. 4.Applicable Directives It cannot connect with the internet. It cannot independently store images, such as with a storage device or via a removable recording media, such as a thumbdrive. It does not require a computer to operate ~~~END~~~ Pricing Information: 1.All unit prices should be considered FOB destination. 2.Brand name or equal 3.New Equipment ONLY; NO remanufactured or "gray market" items 4.All items must be covered by the manufacturer's warranty 5.Offer MUST be good for 30 calendar days after close of solicitation 6.Delivery: 30 Calendar Days ARO 7.Shipping: FOB Destination OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. Delivery Address: Department of Veterans Affairs RHJ VA MC Warehouse 1001 Trident Street Hanahan, SC 29410 (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. VAAR 852.211-73 Brand Name or Equal is also incorporated into this solicitation. At minimum, the offered item must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. The Government anticipates awarding a single award contract resulting from this solicitation to the lowest priced technically acceptable offer that is fair and reasonable and conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted/offered items. 2.If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the SOW and applicable manufacturer's literature. 3.If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 4.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE. A copy of the provision may be attained from https:// www.sam.gov. If not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a. (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xiii) n/a. (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than 24 hours before the solicitation ending date and time to Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. The solicitation number must be identified on all submitted questions. Questions received after this date and time will not be answered. (xv) Site Visit: A site visit is not contemplated at this time. (xvi) QUOTES/OFFERS ARE DUE Friday, January 29, 2015 at 3PM ET. Only electronic offers will be accepted. Submit quotation to - Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. All offers must include the solicitation number "VA-247-15-Q-0266 Mobile Home Cage" in the subject line of the email. Quotes/offers received after this date and time may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Dino LaRocca, NCO 7 Contract Specialist Dino.LaRocca@Va.Gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0266/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0266 VA247-16-Q-0266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2527130&FileName=VA247-16-Q-0266-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2527130&FileName=VA247-16-Q-0266-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04002734-W 20160129/160127234624-175e1782a6f4bbf7f9d3120c78dc4ca8 (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.