Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
DOCUMENT

65 -- Cardio Angiography Catheters - Attachment

Notice Date
8/3/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11916Q0507
 
Response Due
9/6/2016
 
Archive Date
10/6/2016
 
Point of Contact
Tonya Woodford Purce
 
E-Mail Address
202-329-8962<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Combined Synopsis/Solicitation This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number VA119-16-Q-0158 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87-1 (Effective 16 March 2016). This is an Unrestricted, Full and Open procurement. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing. The Department of Veterans Affairs (VA) intends to award a Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) in accordance with FAR Part 13.303 with a 60 months ordering period for the Department of Veteran Affairs, Veterans Health Administration - Surgical Program Management Office. The purpose of this BPA is to standardize Cardiac Angiography Catheters across the VA and secure volume based pricing on the items required. Delivery shall be made to MSPV locations nationwide within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) IAW the MSPV distribution agreement. Each Contract Line Item Number (CLIN) will be priced to meet the need for all VHA medical centers and facilities throughout the VA enterprise. A detailed description of this requirement is provided in Attachment C: Instruction to Offers within the Minimum Technical Requirements tables provided herein. The quantities provided below are projections provided per-year, per cardiac angiography catheters group. The following quantities of cardiac angiography catheters are estimates only and do not obligate the Government to purchase stated quantities. The Government estimates, but does not guarantee that the volume of purchases through this BPA will be as set forth in the table below. This BPA does not obligate any funds. These quantities will be used to determine the evaluated price: Cardiac Angiography CathetersYear OneYear TwoYear ThreeYear FourYear Five Diagnostic90,11990,11990,11990,11990,119 Interventional14,79214,79214,79214,79214,792 Total Estimated Quantities104,911104,911104,911104,911104,911 Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Addendum is provided in Attachment C. Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. To receive consideration for award, the proposed item(s) must meet all of the minimum technical requirements (MTRs) for the technical product literature review. Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. The Government intends to issue one BPA as the single strategic source of supply for these two (2) categories of catheters if one (1) contractor is determined to be the lowest evaluated price for both categories catheters. If it is determined to be in the best interest of the government it may award up to six (6) separate BPAs, three (3) for each of the two categories of catheters (Diagnostic Cardiac Angiography Catheters and Interventional Cardiac Angiography Catheters). Socio-Economic Status will be used as a determinant in the award decision in accordance with the Veterans Administration Acquisition Regulation (VAAR) 852.215-70. A Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) will receive additional credit for its status if its offer is determined to be both technically acceptable and the lowest priced offer. In the case of a tie between two or more technically acceptable offers which are also equally priced, the socio-economic status of SDVOSB followed by VOSB will be used determine the awardee. Depending on the size status of the awardee and the amount of total contract value, a small business subcontracting plan may be required. If it is required, the goals are as follow: 3 SDVOSB5 VOSB3 HUBZONE5 SDB5 VOSB17 SB Standardization is a top priority of this acquisition. Contractor(s) shall participate in the Med/Surge Prime Vendor (MSPV) Program. Successful award of this acquisition will allow VHA to maintain uniformity amongst the two (2) categories of catheters being utilized by its field activities. The Contracting Officer retains the authority to determine the number of awards that will be the most advantageous to the Government. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies; Addendum is provided herein (BPA Terms and Conditions - Attachment A). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies. The Defense Priorities and Allocations Systems (DPAS) and assigned rating do not apply to this acquisition. The following Provisions and Clauses apply: FAR 52.202-1 Definitions (NOV 2013); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster(DEC 1992); VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009); VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009); VAAR 852.246-71 Inspection (JAN 2008); VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852.233-71 Alternate protest procedure (JAN 1998); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008); VAAR 852.273-70 Late Offers (JAN 2003); VAAR 852.273-74 Award Without Exchanges (JAN 2003) SAC 16-04 - SAC Service Level Agreement Fee and Submission of Quarterly Sales Reports; Open Market in support of the Next Generation - Medical Surgical Prime Vendor Program (NG-MSPV) (January, 2016); FAR 52.219-8 Utilization of Small Business Concerns (OCT 2014); FAR 52.219-9 Small Business Subcontracting Plan (OCT 2015); 52.219-16 Liquidated Damages-Subcontracting Plan (JAN 1999); and VAAR 852.219-9 VA Small business Subcontracting Plan Minimum Requirements Questions regarding this combined synopsis/solicitation are due via email by 4:00PM EST on Friday, May 27, 2016 to tonya.purce@va.gov. Quotes are due via email by 4:00PM EST on Monday, June 17, 2016 to tonya.purce@va.gov. See attached document: Attachment A - BPA Terms and Conditions See attached document: Attachment B - Price Schedule See attached document: Attachment C - Instructions to Offerors See attached document: Attachment D - Quarterly Sales Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd3c5fde1f630f7a96ab48a478cc443e)
 
Document(s)
Attachment
 
File Name: VA119-16-Q-0507 VA119-16-Q-0507.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918368&FileName=VA119-16-Q-0507-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918368&FileName=VA119-16-Q-0507-000.docx

 
File Name: VA119-16-Q-0507 Attachment A - BPA Terms and Conditions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918369&FileName=VA119-16-Q-0507-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918369&FileName=VA119-16-Q-0507-001.docx

 
File Name: VA119-16-Q-0507 Attachment B - Price Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918370&FileName=VA119-16-Q-0507-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918370&FileName=VA119-16-Q-0507-002.xlsx

 
File Name: VA119-16-Q-0507 Attachment C - Instructions to Offerors.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918371&FileName=VA119-16-Q-0507-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918371&FileName=VA119-16-Q-0507-003.docx

 
File Name: VA119-16-Q-0507 Attachment D - Quarterly Sales Report - .5_ SLA Non-FSS MSPV.xls (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918372&FileName=VA119-16-Q-0507-004.xls)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918372&FileName=VA119-16-Q-0507-004.xls

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04208326-W 20160805/160803235810-dd3c5fde1f630f7a96ab48a478cc443e (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.