Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2016 FBO #5379
DOCUMENT

43 -- Max Air System - Attachment

Notice Date
8/13/2016
 
Notice Type
Attachment
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25016Q0537
 
Response Due
8/18/2016
 
Archive Date
10/17/2016
 
Point of Contact
Percy E Johnson
 
E-Mail Address
7-5534<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-15-Q-0537 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and the associated NAICS code is 333413 and small business size standard is 500 employees. The requirement is for a semi-automatic paper cutting machine. Delivery location is Dayton VAMC, Dayton, OH and shall be FOB destination. Delivery required within 30 days of contract award. Please see the salient characteristics below. Network Contracting Office (NCO) Columbus, OH requires the following items, brand name or equal in accordance with FAR Clause: 52.211-6 and VAAR Clause 852.211-73. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov: 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): 52.204-10, 52.209-6, 52.219-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. This procurement will be solicited pursuant to the Veterans' First Program and Public Law 109-461 as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Only quotes from SDVOSBs currently in the VetBiz Registry will be accepted. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. Offers should also include best expected delivery date. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.211-73 Brand Name or Equal 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection Quotations are to be submitted as all or none and mailed to Percy Johnson at percy.johnson2@va.gov no later than August 18, 2016 at 3PM EST. MAXAIR Systems 710DLC CAPR System ItemBrand/Model Or Equal (1) 2070-03 Helmet w/ removable liner2074-04 (1) 2164-10 HE filter Cartridge2074-04 (1) 2061-03 Filter Cover Cap2074-04 (1) 2000-36 Li-Ion Battery Charger2074-04 (1) 2610-01 Single Station Li-Ion Battery Charger2074-04 (1) 2000-76-Li-Ion Batter Belt2074-04 710DLC Hood and Shroud System (case of 20)2270-01SM** 710DLC Hood and Shroud System (case of 20) 2270-01ML** **Post Filter Cartridge (case of 3) Needed for use with the 710DLC Hood and Shroud System2165-10 DLC Lens-Cuff, SM/MED (case of 40)2365-02SM DLC Lens-Cuff, MED/LG (case of 402365-02ML HE Filter Cartridge (box of 3)2164-10 Comfort Strips (box of 36)200-201 Storage Cart with 6 Gang Battery Charger2780-06 Li-ion Battery 16-20 hour2000-30 JUSTIFICATION OF NEED SYSTEM IS USED FOR ADVANCED PROTECTION AGAINST AIRBORNE TRANSMISSIBLE INFECTIOIUS DISEASES. A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001710 DLC CAPR SYSTEM 4460-439202 EIL: 208 LOCAL STOCK NUMBER: 2074-04 30.00EA Funding/Req. Number: 1 0002710 DLC HOOD AND SHROUD SYSTEM LOCAL STOCK NUMBER: 2270-01SM 5.00CS Funding/Req. Number: 1 0003710DLC HOOD AND SHROUD SYSTEM LOCAL STOCK NUMBER: 2270-01ML 10.00CS Funding/Req. Number: 1 0004DLC LENS-CUFF, SM/MED LOCAL STOCK NUMBER: 2365-02SM 2.00CS Funding/Req. Number: 1 0005POST FILTER CARTRIDGE LOCAL STOCK NUMBER: 2165-10 10.00CS Funding/Req. Number: 1 0006DLC LENS-CURFF, MED/LG LOCAL STOCK NUMBER: 2365-02ML 6.00CS Funding/Req. Number: 1 0007HE FILTER CARTRIDGE LOCAL STOCK NUMBER: 2164-10 10.00BX Funding/Req. Number: 1 0008STORAGE CART W 6 GANG BATTERY CHARGER LOCAL STOCK NUMBER: 2780-06 2.00EA Funding/Req. Number: 1 0009COMFORT STRIPS LOCAL STOCK NUMBER: 2000-201 30.00BX Funding/Req. Number: 1 0010LI-ION BATTERY, 16 TO 20 HOUR LOCAL STOCK NUMBER: 2000-30 10.00EA Funding/Req. Number: 1 GRAND TOTAL ACCOUNTING AND APPROPRIATION DATA ACRNAPPROPRIATIONREQUISITION NUMBERAMOUNT 1552-3660160-121-820100 MEDICAL SERVICE-3131 Medical, Dental and Scien-010040175552-16-3-121-0088 (P)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25016Q0537/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0537 VA250-16-Q-0537.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2942322&FileName=VA250-16-Q-0537-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2942322&FileName=VA250-16-Q-0537-000.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: Department of Veteran Affairs;Dayton VA Medical Center;4100 West Third St.;Daayton,OH
Zip Code: 45428
 
Record
SN04222846-W 20160815/160813233141-788921c5e3533ec1b513f145ccc03dad (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.