DOCUMENT
Q -- Services: Orthoview Software Support - Attachment
- Notice Date
- 7/31/2018
- Notice Type
- Attachment
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- 36C24818Q9493
- Response Due
- 8/6/2018
- Archive Date
- 9/5/2018
- Point of Contact
- Samuel Smith
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS SOLICITATION Page 5 of 5 (i) This is a combined synopsis/solicitation for ORTHOVIEW ORTHOPEDIC IMAGING SYSTEM SOFTWARE, BRAND NAME, as 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24818Q9493 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 (iv) This solicitation is Cascading Procedures using NAICS code 334614, size standard of 1,250 Employees. (v) Contract Line Items (CLIN): DELIVERY SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA _________________ __________________ ORTHOVIEW MAINTENANCE & SUPPORT Contract Period: Base POP Begin: 08-07-2018 POP End: 08-06-2019 1001 1.00 EA __________________ __________________ ORTHOVIEW MAINTENANCE & SUPPORT Contract Period: Option 1 POP Begin: 08-07-2019 POP End: 08-06-2020 2001 1.00 EA __________________ __________________ ORTHOVIEW MAINTENANCE & SUPPORT Contract Period: Option 2 POP Begin: 08-07-2020 POP End: 08-06-2021 3001 1.00 EA __________________ __________________ ORTHOVIEW MAINTENANCE & SUPPORT Contract Period: Option 3 POP Begin: 08-07-2021 POP End: 08-06-2022 4001 1.00 EA __________________ __________________ ORTHOVIEW MAINTENANCE & SUPPORT Contract Period: Option 4 POP Begin: 08-07-2022 POP End: 08-06-2023 GRAND TOTAL __________________ DELIVERY TO: James A. Haley Veterans Hospital (JAHVH) 13000 Bruce B. Downs Blvd Tampa, FL 33612-4745 (vi) Products must be Brand Name in the following specifications: STATEMENT OF WORK: SEE ATTACHED (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (ix) Evaluation of this requirement will be based on Comparative Evaluation and Cascading Procedures ONLY. Small Business Set-Aside CASCADE PROCEDURE The evaluation of quotes received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of quotes, also known as cascading evaluation is a procedure used in 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 quotes 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. END OF ADDENDA TO 52.212-2 (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.217-9 The Government may extend the term of this contract by written notice to the Contractor within 60 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to samuel.smith8@va.gov and received no later than NOON EST on 8/6/2018 Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer, an AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER needs to be provided with your quote in order to be considered for the award. NO LATE QUOTES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Samuel Smith at samuel.smith8@va.gov See attached document: LSM JUSTIFICATION REDACTED. End of Document See attached document: Redacted LSJ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818Q9493/listing.html)
- Document(s)
- Attachment
- File Name: 36C24818Q9493 36C24818Q9493.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516066&FileName=36C24818Q9493-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516066&FileName=36C24818Q9493-000.docx
- File Name: 36C24818Q9493 Orthoview- Statement of Work.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516067&FileName=36C24818Q9493-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516067&FileName=36C24818Q9493-001.docx
- File Name: 36C24818Q9493 LSJ Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516068&FileName=36C24818Q9493-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516068&FileName=36C24818Q9493-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24818Q9493 36C24818Q9493.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4516066&FileName=36C24818Q9493-000.docx)
- Place of Performance
- Address: James A. Haley Veterans Hospital;13000 Bruce B. Downs BLVD;Tampa
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN05014706-W 20180802/180731231436-b84170a3f19f77d4d92fa004557a214d (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 |