Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2017 FBO #5808
DOCUMENT

65 -- NX EQ Automated Pill Counters - Attachment

Notice Date
10/16/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Office of Acquisition Operations;Strategic Acquisition Center;10300 Spotsylvania Avenue, Suite 400;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
36C10G18Q0053
 
Response Due
10/27/2017
 
Archive Date
11/26/2017
 
Point of Contact
Ninatile Bacote
 
E-Mail Address
le.Bacote@va.gov<br
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation Number: VA119-17-Q-0309 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for brand name commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotes are being requested and a written solicitation will not be issued. Solicitation number VA119-17-Q-0309 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-94 and 2005-95, both dated 19 Jan 2017. Requirement Description: The Department of Veterans Affairs (VA) is transforming the service it provides to Veterans through the MyVA effort. MyVA was established in July 2015 to modernize the Department of Veterans Affairs culture, processes, and capabilities to put the needs, expectations and interests of Veterans and their families first. This effort is highly visible, with significant attention within the highest levels of government, the public, and the press. As this transformation progresses, VA's mission requirements to support America s Veterans are growing more quickly than its budget. Key elements of VA s expanded mission requirements include: 15% expansion in the number of Veterans enrolled in VA Healthcare from FY 2009 through FY 2016. More than 100% increase between FY 2009 and FY 2016 in the number of 100% disabled Veterans cared for by VA. 6% increase in the number of medical appointments scheduled in FY 2016 vs FY 2014. More than 300% increase between FY 2009 and FY 2016 in the number of Veterans receiving education benefits through the VA. In order to ensure we are able to continue to provide Veterans with the benefits and care they have earned through their selfless service, VA is changing the way we do business. Specifically, we are improving the management of our supply chain to aggregate demand and facilitate ease of ordering in the field. Throughout VA, we are moving from local contracting to national contracting whenever feasible. Simplified ordering processes will drive volume towards suppliers with national contracts. Simultaneously, greater cost transparency throughout the VA will allow clinicians and VA leaders to select medical equipment that optimizes Veteran outcomes at the lowest cost. For our suppliers, we anticipate that these changes will ease the process of doing business with the VA and drive down our suppliers costs. We welcome opportunities to work closely with suppliers to further reduce costs. In return, we expect that suppliers will offer the VA value commensurate with VA s status as the largest integrated healthcare provider in the United States. Specifically, VA expects that it will receive the most favorable prices, warranties, conditions, benefits, and terms for the same product as those given by the supplier to any provider in the country. We expect that VA s large volumes will increasingly be directed toward those suppliers best able to offer value to the VA. VA looks forward to collaborating with its suppliers to further drive down costs in order to deliver optimal value to our Veterans. Vendors will be required to deliver Video Otoscopes to VA Medical facilities throughout the United States, U. S. Territories, Guam and the Philippines. The Otometrics/Natus Video Otoscopes currently accounts for 13% of the total VA Video Otoscopes inventory in medical centers across the country and has been in use throughout VA for over ten years. A single-award Firm-Fixed Price Requirements contract will be awarded for the purchase of Brand Name equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the Brand name equipment. The Government reserves the right to award without discussions. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 and the associated size standard is 1250 employees. This procurement action is a set-aside for Service Disabled Veteran-Owned Small Business. This acquisition is for a single-award Firm-Fixed Price Requirements contract in accordance with FAR Part 16.5 for Otometrics/Natus ® brand video otoscopes and related equipment and accessories as identified in Attachment A, Cost/Price Schedule. All interested companies shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment A, Cost/Price Schedule. The ordering period is three years (36 months). Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation, Attachments, Brand Name J&A, and will be the most advantageous to the Government. The award of the contract will be made to the lowest priced, technically acceptable quote. The following factors shall be used to evaluate offers: Technical Price The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 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/. All Offerors must be certified with the appropriate NAICS code on Vendor Information Pages. You may access VIP at https://www.vip.vetbiz.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2f7e7b9b3238936dda428248c08c414)
 
Document(s)
Attachment
 
File Name: 36C10G18Q0053 36C10G18Q0053.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3851786&FileName=36C10G18Q0053-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3851786&FileName=36C10G18Q0053-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04714609-W 20171018/171016231134-a2f7e7b9b3238936dda428248c08c414 (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.