Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

66 -- Fisher Scientific Model 505 Sonic Dismembrator - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9625
 
Response Due
8/20/2018
 
Archive Date
10/19/2018
 
Point of Contact
Lori L Ellis
 
E-Mail Address
llis2@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24918Q9625 Posted Date: 8/16/2018 Current Response Date: 8/20/2018 Product or Service Code: 6640 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs, Network Contracting Office 9, 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Description This is a combined synopsis/solicitation for 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC number 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The VA Medical Center Nashville is seeking to purchase Fisher Scientific Model 505 Dismembrator, Sonic and the Sound enclosure for Fisher Scientific Models 505/705. All interested companies shall provide quotation(s) for the following: Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA _____________ _____________ Fisher brand Model 505 Sonic Dismembrator High power, programmable system ideal for nanotechnology, cell disruption and homogenization applications. There are many probe size options available which allow for processing 0.2-1000 mL volumes. Specifications Capacity (Metric) 0.5 to 500mL Hertz 50/60Hz Wattage 500W For Use With (Application) Ideal for nano particle dispersion, mixing and homogenization Timer 1 sec. to 10 hrs. LOCAL STOCK NUMBER: FB505110 0002 1.00 EA ______________ ______________ FisherbrandT Sound Enclosure for Models 505/705 Sonic Dismembrators Sound Enclosure for Model 505/705 Sonic Dismembrator. Sonic Dismembrators are extremely loud devices that can cause discomfort to the user and anyone nearby. The Sound Enclosure reduces noise by approximately 20 dBa and is made to work with all accessories. In addition to reducing noise, the Sound Enclosure has an internal support rod and converter mounting system. Any Fisherbrand probe or horn will be held safely and securely inside the unit. Description This Fisher Scientific™ Sound Enclosure is designed for use with Models 505/705 Sonic Dismembrators. Significantly reduces noise of Sonic Dismembrators. Sound Reducing Enclosure including stand and clamp For use with Model 505/705 Sonic Dismembrator Two ports are located on either side of the enclosure for coolant tubing or a temperature monitoring probe Interior walls are lined with water-resistant acoustical foam Door has a window so experiments can be visually monitored Dimensions: 13D x 13.5W x 30.5H in. (33 x 34.3 x 77.5cm) Specifications For Use With (Application) Ideal for sound reduction Height (Metric) 77.5cm Length (English) 13 in. Width (English) 13.5 in. For Use With (Equipment) Model 505 and 705 sonic dismembrator Height (English) 30.5 in. Includes Internal support rod and converter mounting system Length (Metric) 33mm Width (Metric) 34.3cm Type Sound Enclosure LOCAL STOCK NUMBER: FB432B2 GRAND TOTAL ______________ Delivery shall be provided no later than 30 days after receipt of order/award of contract. Specify delivery terms destination. Place of Performance Address: 1310 24th Avenue South, Nashville, TN Postal Code: 37212 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement and (2) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) Addenda to FAR 52.212-4 VAAR Clause in Full Text FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) C.2 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 1 YEAR, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. (End of Clause The following subparagraphs of FAR 52.212-5 are applicable: 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) All quoters shall submit the following: one (1) number of copy and information to be submitted. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 8/20/2018 18:00 at NCO 9, 1639 Medical Center Parkway, STE 400 Murfreesboro, TN 37129. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Lori L Ellis, Contracting Officer and e-mail address Lori.Ellis2@va.gov. Point of Contact Lori L Ellis, Contracting Officer, phone number 615-225-5498, and e-mail address Lori.Ellis2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9625/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9625 36C24918Q9625.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547689&FileName=36C24918Q9625-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547689&FileName=36C24918Q9625-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05040180-W 20180818/180816231113-492322292eb4cec5b424e9fd7ff741fa (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.