Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
DOCUMENT

65 -- Digital Retinal Camera - Attachment

Notice Date
8/22/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25018Q9631
 
Response Due
8/27/2018
 
Archive Date
10/26/2018
 
Point of Contact
Danielle Bowman
 
E-Mail Address
7-8300<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q9631 Posted Date: 08/22/2018 Original Response Date: 08/27/2018 Current Response Date: 08/27/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): [Y] NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000. The Louis Stokes Cleveland VA Medical Center is seeking two Non-Mydriatic Retinal Cameras, with two compatible wheelchair accessible tables, and two Patient and Operator stool sets, equal to or better than TRC-NW8 Non-Mydriatic Retinal Cameras, with two compatible wheelchair accessible tables, and two Patient and Operator stool sets. This is a Brand Name or Equal Requirement. If an equal item is offered, the offeror must submit descriptive literature that conclusively establishes product equivalence and technical acceptability and compatibility at time of quote submission. IF THE OFFEROR IS NOT THE MANUFACTURER OF THE QUOTED ITEMS, THE OFFEROR SHALL SUBMIT WRITTEN EVIDENCE AT THE TIME OF QUOTE SUBMISSION THAT CLEARLY VERIFIES THEY ARE AN AUTHORIZED DISTRIBUTOR AND/OR RESELLER OF THE QUOTED PRODUCTS and will provide the items on or before the specified delivery date. All interested companies shall provide a quote for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 TRC-NW8 Imaging System w/EZ Lite 2 [VA] 2.00 0002 AIT-250W Wheelchair Accessible Table 2.00 0003 Patient Stool and Operator Stool Set 2.00 The contractor shall provide an item equal to or better than the TRC-NW8 Non-Mydriatic Retinal Cameras and necessary components. If another camera is to be substituted it must meet the size specifications of the TRC-NW8 Non-Mydriatic Retinal Camera as well as the priming volume. Contractor must also provide all resources necessary to use deliverables. Contractor shall provide and deliver products as well as be available to troubleshoot any problems that may arise. Delivery shall be provided no later than _30__ days after receipt of order/award of contract. FOB destination. The contractor shall deliver all line items to the Louis Stokes Cleveland VA Medical Center. Place of Performance Address: Louis Stokes VAMC 10701 East Blvd Cleveland, Ohio Postal Code: 44106 Country: UNITED STATES Award shall be made to the offeror whose quotation provides the requested items at the best value, with delivery, for the government. 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 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 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) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (July 2018) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (2011) 52.222-3 Convict Labor (June 2003) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) 852.203-70, Commercial Advertising (Jan 2008) 852.211-73, Brand Name or Equal (Jan 2008) 852.232-72, Electronic Submission of payment Requests (Nov 2012) 852.246-70, Guarantee (Jan 2008) 852.246-71, Inspection (Jan 2008) All quotations shall be sent to the Contract Specialist Danielle Bowman via email at Danielle.Bowman@va.gov. 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:" contractor shall list exception(s) and rationale for the exception(s). Quotes shall be sent by e-mail only to Danielle.Bowman@va.gov no later than 1:00 pm ET, August 27, 2018. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to Danielle.Bowman@va.gov no later than 11:00 am ET, August 24, 2018. Questions received after the specified date and time will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Danielle Bowman Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x 3818 Email: Danielle.Bowman@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q9631/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9631 36C25018Q9631.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555132&FileName=36C25018Q9631-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555132&FileName=36C25018Q9631-000.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: Department of Veteran Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Blvd.;Cleveland, Ohio
Zip Code: 44106
 
Record
SN05050935-W 20180824/180822231321-d46f523b1239685a19f65baed9795fcc (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.