DOCUMENT
65 -- FRESENIUS HEMODIALYSIS EQUIPMENT - Attachment
- Notice Date
- 9/11/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
- ZIP Code
- 49037
- Solicitation Number
- 36C25018Q9819
- Response Due
- 9/14/2018
- Archive Date
- 11/13/2018
- Point of Contact
- Jeffrey P. Rozema
- E-Mail Address
-
y.rozema@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- VA Ann Arbor Healthcare System Fresenius Hemodialysis Equipment COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25018Q9819 Posted Date: 09/11/2018 Original Response Date: 09/14/2018 4:00 PM EST Current Response Date: 09/14/2018 4:00 PM EST Product or Service Code: 6115 Set Aside: N/A - Unrestricted NAICS Code: 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing Contracting Office Address Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI 49037. 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 employees. The Department of Veterans Affairs, Network Contracting Office 10 is seeking to purchase the following Fresenius Hemodialysis Machines for the VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105. This is a brand-name only requirement. Fresenius 2008T Hemodialysis Machine w/Clinical Data Exchange (CDX) w/bibag & Crit-Line Clip (CLiC) QTY: 16 EA All items shall be new; refurbished/used/gray market items are not acceptable. (a) Gray market items are Original Equipment Manufacturers (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. The delivery date is 60 days after receipt of order. Delivery terms shall be FOB Destination to the Department of Veterans Affairs, VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105. Award shall be made to the vendor whose quotation is the lowest price, technically acceptable offer. 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 with the following addenda: 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veteran Affairs Network Contracting Office 10 5500 Armstrong Road Battle Creek MI 49037 Mailing Address: Department of Veteran Affairs Contracting (90VC) 5500 Armstrong Road Battle Creek MI 49037 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov). VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 with the following addenda: FAR 52.203-17, 52.204-18, and 52.232-40; VAAR 852.203-70, 852.215-71, 852.232-72, 852.252-70, and 852.246-71. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-5, 52.225-13, 52.232-33. The Defense Priorities and Allocations System (DPAS) is not applicable. 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). All contractors must be registered with the System for Award Management (SAM) at https://www.sam.gov. Submission shall be received not later than Friday, September 14, by 4:00 PM EST by email at jeffrey.rozema@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Jeffrey Rozema, at jeffrey.rozema@va.gov. Point of Contact Point of contact for this solicitation is Jeffrey Rozema, Contract Specialist, email: jeffrey.rozema@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/36C25018Q9819/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9819 36C25018Q9819.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586253&FileName=36C25018Q9819-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586253&FileName=36C25018Q9819-000.docx
- File Name: 36C25018Q9819 JA - VAAAHS Dialysis Machine - Redacted Copy.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586254&FileName=36C25018Q9819-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586254&FileName=36C25018Q9819-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9819 36C25018Q9819.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586253&FileName=36C25018Q9819-000.docx)
- Record
- SN05083788-W 20180913/180911231249-8391e440d5fd8c24509e15bbfb52a076 (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 |