Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
DOCUMENT

65 -- Hospital Operating Supplies - Attachment

Notice Date
9/5/2017
 
Notice Type
Attachment
 
NAICS
#339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26117Q1099
 
Response Due
9/11/2017
 
Archive Date
9/26/2017
 
Point of Contact
Christopher Rodriguez
 
E-Mail Address
3-4504<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 7 Table of Contents SECTION B 2 B.1 PRICE/COST SCHEDULE 2 Item Information 2 B.2 FOB POINT: Destination 3 B.3 DELIVERY SCHEDULE 3 SECTION C 3 C.1 INSTRUCTIONS TO OFFERORS 3 C.2 SALIENT CHARACTERISTIC 5 This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT September 11th, 2017 will be considered by the Government. The NAICS code is 339999 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA Warehouse/Logistics 5406 E. El Campo Grande Ave Suite 150 Las Vegas, NV 89115 requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 WALL MOUNTED SHOWER SEAT LOCAL STOCK NUMBER: 10GYB2 10.00 EA _______________ _______________ 0002 MASK KIT, TWIN PORT, RUBBER, LENS L LOCAL STOCK NUMBER: 33X181 5.00 EA _______________ _______________ 0003 MASK KIT, TWIN PORT, RUBBER, LENS M LOCAL STOCK NUMBER: 33X182 5.00 EA _______________ _______________ 0004 MASK KIT, TWIN PORT, RUBBER, LENS S LOCAL STOCK NUMBER: 33X183 5.00 EA _______________ _______________ 0005 SHOWER CURTAIN SYSTEM, 60 IN LOCAL STOCK NUMBER: 36FW95 10.00 EA _______________ _______________ 0006 MECHANICS GLOVE, S BLACK/GRAY LOCAL STOCK NUMBER: 45VK52 5.00 PR _______________ _______________ 0007 MECHANICS GLOVE, M BLACK/GRAY LOCAL STOCK NUMBER: 45VK53 15.00 PR _______________ _______________ 0008 MECHANICS GLOVE, L BLACK/GRAY LOCAL STOCK NUMBER: 45VK54 20.00 PR _______________ _______________ 0009 MECHANICS GLOVE, XL BLACK/GRAY - LOCAL STOCK NUMBER: 45VK55 10.00 PR _______________ _______________ 0010 EMT UTILITY SCISSORS, BLACK - LOCAL STOCK NUMBER: 52JT37 25.00 EA _______________ _______________ 0011 TRIAGE/DECON 5 TAPE SYSTEM LOCAL STOCK NUMBER: 38F343 10.00 EA _______________ _______________ GRAND TOTAL B.2 FOB POINT: Destination B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL VA Warehouse/Logistics 5406 E. El Campo Grande Ave Suite 150 Las Vegas, NV 89115 All Quantities 30 DAYS ARO SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 1:00 PM PDT September 11th, 2017. Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non ­responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 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 factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21 (if SDVOSB/VOSB),22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.211-6 Brand Name or Equal (August 1999) C.2 SALIENT CHARACTERISTIC Brand Name or Equal Brand Name Item: DECONTAMINATION MASK & EQUIPMENT Essential/significant physical, functional, or performance characteristics. Salient characteristics are those characteristics that make an item equal to the brand name item we specify. Specifically, salient characteristics are those characteristic of the brand name item that the VA needs. The Avon C-50 Mask are fit tested to our Police Force and complies with OSHA and DHS universal equipment requirements. The Avon C50 protective mask is based on the U.S. M50/JSGPM (Joint Services General Purpose Mask) and sharing key technologies, provides maximum operational flexibility to counter multiple threat scenarios, including chemical, biological, nuclear and radiological (CBRN) agents, Toxic Industrial Chemicals (TICs), and Toxic Industrial Materials (TIMs). The C50 offers high protection, outstanding field of vision, and superior comfort. The innovative design features optimize the user's time in the operational area. Ideal for: Battlefield CBRN protection, first responders, correctional officers, specialist law enforcement & counter terrorism operations. Complete generic identification 100% waterproof Heat welded protection.20mm PVC upper Hard, embossed.50mm PVC sole Elastic top for a secure and snug fit 100% waterproof Heat welded protection.20mm PVC upper Hard, embossed.50mm PVC sole Elastic top for a secure and snug fit 100% waterproof Heat welded protection.20mm PVC upper Hard, embossed.50mm PVC sole Elastic top for a secure and snug fit 3) Applicable model/make/catalog number 33X181 - Large 33X182 - MED 33X183 SMALL   4) Manufacturer name AVON C-50.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q1099/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-1099 VA261-17-Q-1099_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3776656&FileName=VA261-17-Q-1099-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3776656&FileName=VA261-17-Q-1099-000.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: VA Warehouse/Logistics;5406 E. El Campo Grande Ave Suite 150;Las Vegas, NV 89115
Zip Code: 89115
 
Record
SN04661524-W 20170907/170905231825-ab53612cd1fda9423cb0667c17444405 (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.