Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
DOCUMENT

66 -- Electrophoreses and Miscellaneous Lab Equipment - Attachment

Notice Date
1/18/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117Q0069
 
Response Due
1/25/2017
 
Archive Date
3/26/2017
 
Point of Contact
Sandra Johnson
 
E-Mail Address
7-8300
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 1 of 11 Page 1 of 13 Page 1 of 11 NOTICE 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. Solicitation number VA701-17-Q-0069 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC -2005-95 effective 1/13/2017. This RFQ is 100% set-aside for Veteran Owned Small Businesses, under NAICS code 334516 with a small business size standard of 1,000 employees. Quotes are due January 25, 2017 at 3:00 PM Eastern Standard Time (EST). Instructions for responding are included in 52.212-1 ADDENDUM, QUOTE PREPARATION INSTRUCTIONS, contained herein. CLIN MINIMUM REQUIREMENTS AND DELIVERY/INSPECTION REQUIREMENTS Purpose The purpose of this requirement is to deliver and install (where indicated) electrophoresis and miscellaneous lab equipment as part of the initial outfitting of the newly constructed VA Eastern Colorado Health Care System, Research Facility located at 1700 N. Wheeling Street, Aurora, CO 80045. Scope The Contractor shall deliver and install (where indicated) all items as listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 Items and Salient Characteristics 2.5.1. E.I.A. Plate Washer System (JSN L0210.R) Bio-Rad ImmunoWash 1575, OR EQUAL Quantity: 1 No Installation Required Specifications/Salient Characteristics: Dimensions and Power: Dimensions: 33 W x 40 D x 19 H Electrical: 120V, 60Hz Features: Protocol storage capacity: >100 protocols Compatible with any flat- or round-bottom plate Integrated vacuum pump 2.5.2. Electrophoresis, Protein, DNA/RNA (JSN L1120.R) Bio-Rad Mini PROTEAN Tetra, OR EQUAL Quantity: 12 No Installation Required Specifications/Salient Characteristics: Dimensions: 5 W x 6 L x 7 H Features/Accessories: Mini-cell for 1-D vertical gel electrophoresis Run up to 4 gels simultaneously Compatible with handcast or precast gels Trans-Blot Module 120V Power Supply 2.5.3. Bath, Water, Serology (JSN L4200) Thermo Fisher TSGP10, OR EQUAL Quantity: 20 No Installation Required Specifications/Salient Characteristics: Dimensions and Power: Dimensions: 15.5 L x 15.1 W x 9.2 H Power Requirements: 120V, 60Hz Features/Accessories: Bath Volume: 10L Heating Capacity: 800W Temperature Range: Ambient to 100 degrees Celsius Temperature Stability: +/- 0.1 degree Celsius Clear Polycarbonate Gable Cover Diffuser Tray Rubber Duck Ability to accept bath beads to replace water Construction Materials/Type: Cabinet Material: Epoxy Powder Coated Cold Rolled Steel Chamber Material: 304 Stainless Steel 2.5.4. Bath, Water, Serology, Dual (JSN L4200.A) Thermo Fisher TSGP15D, OR EQUAL Quantity: 6 No Installation Required Specifications/Salient Characteristics: Dimensions and Power: Dimensions: 15.4 L x 23.1 W x 9.2 H Power Requirements: 120V, 60Hz Features/Accessories: Bath Volume: 15L (5L and 10L Chambers) Heating Capacity: 1100W Temperature Range: Ambient to 100 degrees Celsius Temperature Stability: +/- 0.1 degree Celsius 2 Clear Polycarbonate Gable Covers 2 Diffuser Trays Rubber Duck Ability to accept bath beads to replace water Construction Materials/Type: Cabinet Material: Epoxy Powder Coated Cold Rolled Steel Chamber Material: 304 Stainless Steel 2.5.5. Dewar, Liquid Nitrogen (JSN M1300.B) Thermo Scientific BioCane 34, or EQUAL Quantity: 5 No Installation Required Specifications/Salient Characteristics: Dimensions: 18.25 Diameter, 26.625 H Features: Capacity: 34.8L/Day Static Holding Time: 193 Days Type: Manual Fill LN2 Dewar No. of Canes/Vials per Cane: 20/630 Static Evaporation Rate: 0.18L Six (6) stainless-steel canister to accommodate vials 2.5.6. Refrigerator/Freezer, Biological (JSN R6070) Nor-Lake NSRF202WWW/0, OR EQUAL Quantity: 3 White Glove Installation Specifications/Salient Characteristics: Dimensions and Power: Dimensions (Exterior): 81.5 H x 27.5 W x 35 D Power Requirements: 115 V, 60 Hz Total Amp Draw: 13A Features: Freezer (bottom chamber) Temperature Range: -10 °C to -25 °C factory preset at -20 °C Refrigerator (top chamber) Temperature Range: +2C to +10C factory preset at +4 °C Remote alarm contacts for each controller Four (4) Casters, 2 locking Four (4) coated wire shelves, 2 per chamber Air cooled condensing unit 2.5.7. Cryostat (JSN U4316.A) Leica CM3050 S Configuration 2 (14903050S01), OR EQUAL Quantity: 1 No Installation Required Specifications/Salient Characteristics: Dimensions and Power: Dimensions (Exterior): 882mm W x 1040mm H x 766mm D Power Requirements: 120 V, 60 Hz Power Draw: 1800VA Features: Motorized sectioning operated via control panel and foot switch Section counter with reset Sectioning window adjustment Specimen quick freeze feature Independent Specimen Temperature Control Knife Holder CE for Low Profile Disposable Blades Illuminated chamber Removable Heated Glass Sliding Window Temperature Setting Range: 0 °C to -40 °C, in 1 ° steps Quick-freeze shelf for 10 specimen discs, permanently cooled down to -45C Programmable automatic 24-hr defrost cycle Manual defrost option Counterbalanced hand wheel for manual sectioning, lockable in 2 positions Emergency stop switch 3 sectioning modes: intermittent, single, and continuous stroke 2 sectioning speed ranges selectable: 0.1-170 mm/s and 0.1-100 mm/s X/Y/Z specimen precision orientation of 8 degrees Specimen retraction: 50 mm Section thickness range: 0.5 to 300 µm selectable in 0.5 µm increments from 0.5 to 2 µm, in 1 µm increments from 2 to 10 µm, in 2 µm increments from 10 to 20 µm, in 5 µm increments from 20 to 60 µm, in 10 µm increments from 60 to 100 µm, in 50 µm increments from 100 to 300 µm 2.6 Delivery and Installation 2.6.1 Coordination: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On Site Point of Contact. The On Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. Delivery: Delivery Timeframe: No Later Than 31 March 2017 Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.1 Coordination). The Contractor shall contact the On Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, Research Dock, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the On Site Point of Contact. POCs for delivery and install are: Chuck Hardenstein (W) 720-857-5205 (C) 303-525-8502 Charles.Hardenstein@va.gov Steve Dewese (W) 720-857-5075 (C) 406-781-1297 Stephen.Dewese@va.gov Installation: The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). Night or weekend installation may be required in the event of an operational conflict. If a change in installation hours is required, the Government will provide a 72 hour notice. The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). 2.7 Site Conditions Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. The Contractor shall confirm site safety requirements with the On Site Point Of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. Inspection and Acceptance The Contractor shall conduct a joint inspection with the On Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On Site Point Of Contact upon completion of installation. Protection of Property Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. The Contractor shall perform an inspection of the building(s) and grounds with the On Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. Security Requirements Security background checks are not required. Warranty The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. Contract Administration Data Contract Administration: All contract administration matters will be handled by the following individuals: CONTRACTOR: TBD GOVERNMENT: Contracting Officer 36C776 Sandra Johnson Department of Veterans Affairs Program Contracting Activity Central 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131 CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, or [] 52.232-36, Payment by Third Party INVOICES: Invoices shall be submitted in arrears: a) Quarterly [] b) Semi-Annually [] c) Other [X] Upon receipt, inspection, and acceptance of all CLINS, and submittal of a proper invoice. All CLIN requirements must be met prior to acceptance. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center Invoices to be Submitted Electronically www.ob10.com/us/en/veterans-affairs/ e-Invoice Setup Info Phone 877-489-6135 Contract Documents, Exhibits, or Attachments None Applicable Clauses and Provisions Clauses 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS 52.212-4 ADDENDUM 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp Clauses incorporated by Reference: 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-7 SYSTEM FOR AWARD MANAGEMENT 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS VAAR 852.203-70 COMMERCIAL ADVERTISING VAAR 852-211-70 service data manuals (NOV 1984) VAAR 852.211-73 BRAND NAME OR EQUAL VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS VAAR 852.246-70 GUARANTEE VAAR 852.246-71 INSPECTION LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE This solicitation includes 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor s office where the contractor s business records or other proprietary data are retained and to review such business records regarding the contractor s compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor s business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Addendum to 52.212-4) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS Contracting Officer Checked Items: 52.204-10 REPORTING EXECUTIVE COMPENSATION & FIRST-TIER SUBCONTRACT AWARDS 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES 52.222-50 COMBATING TRAFFICKING IN PERSONS 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-3 BUY AMERICAN FREE TRADE AGREEMENT ISRAELI TRADE ACT 52.225-13- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT Provisions 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 52.212-1 ADDENDUM, QUOTE PREPARATION INSTRUCTIONS 1. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email no later than January 25, 2017 at 3:00 PM Eastern Standard Time (EST). All quotes shall be sent to the Contracting Officer, Sandra Johnson at Sandra.Johnson3@va.gov before the due date and time specified. Any quotes, modification, or revision of a quote received after the exact time specified for receipt of quotes is considered "late." Each offeror shall ensure the Representations and Certifications are updated at www.sam.gov. Offeror must acknowledge all amendments to this solicitation in its quote. 2. Technical quotes shall not exceed 30, single sided, typed, standard 8.5"x11" pages. Type shall be no smaller than size 12 font. The page limit does not include price sheet or past performance. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. 3. Price. Contractors must identify the unit price and total amount for each and all CLINs identified in this combined synopsis solicitation. Failure to provide a unit price and total amount for each CLIN will render the offer unacceptable. The Unit Price should be rounded to the penny to avoid rounding errors. Failure to comply with instructions will render the quote unacceptable. The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. 4. Questions. All questions regarding the RFQ package must be submitted to the above e-mail address by January 23, 2017 at 10:00 AM Eastern Standard Time (EST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 5. Notice to Offeror: The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 30 days after the closing date of the RFQ. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.211-6 BRAND NAME OR EQUAL 52.214-21 DESCRIPTIVE LITERATURE 52.216-1 TYPE OF CONTRACT 52.225-18 PLACE OF MANUFACTURE VAAR 852.270-1 REPRESENTATIVES OF THE CONTRACTING OFFICERS (End of Clause) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) (End of Addendum to 52.212-1) 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) 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: LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-2 EVALUATION OF OFFERS ADDENDUM Evaluation of offerors will be made on an LPTA basis. The following factors will be used to evaluate offers: 1) Price and 2) Meets specifications listed in the CLIN MINIMUM REQUIREMENTS AND DELIVERY/INSPECTION REQUIREMENTS section of this combined synopsis solicitation. 1. Price. Total evaluated price will be determined by multiplying the quantities identified for each CLIN by the proposed unit price for each Contract Line Item Number (CLIN). The extended amounts for each CLIN will then be added together to determine the total evaluated price. 2. Meets specifications listed in salient characteristics document and spreadsheet. This factor will be determined through Government evaluation of the quoted equipment against the Governments minimum requirement as identified in section 2.5 Items and Salient Characteristics section of this combined synopsis solicitation. If the offerors quote is not an exact match to the line items, the quote must adequately identify the equipment s characteristics in order to confirm the offered equipment meets the Government's minimum needs. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner. Specifically, the Government may first evaluate the total proposed price of all Offerors. Thereafter, the Government will evaluate the technical quotation of the lowest priced Offeror only. If the lowest priced Offeror s technical quotation is determined to be rated as Acceptable, the Government may make award to that Offeror without further evaluation of the remaining Offerors technical quotations. If the lowest priced Offeror s technical quotation is determined to be rated as Unacceptable, then the Government may evaluate the next lowest priced technical quotation, and so forth and so on, until the Government reaches the lowest priced technical quotation that is determined to be rated as Acceptable. However, the Government reserves the right to evaluate all Offerors technical quotations should it desire to conduct discussions, or otherwise determine it to be in the Government s best interest. (End of Addendum to 52.212-2) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS ALTERNATE I, applies. Respond as required by clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117Q0069/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0069 VA701-17-Q-0069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3215532&FileName=VA701-17-Q-0069-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3215532&FileName=VA701-17-Q-0069-000.docx

 
File Name: VA701-17-Q-0069 CSS Details.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3215533&FileName=VA701-17-Q-0069-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3215533&FileName=VA701-17-Q-0069-001.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: Eastern Colorado Health Care System;1700 N. Wheeling St.;Aurora, CO
Zip Code: 80045
 
Record
SN04374412-W 20170120/170118234651-6f6fd9ad2140fb9b940198f17517b7cc (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.