Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
DOCUMENT

99 -- Mobile Mammography Coach Unit 541-18-4-250-0512 - Attachment

Notice Date
9/17/2018
 
Notice Type
Attachment
 
NAICS
336213 — Motor Home Manufacturing
 
Contracting Office
Department of Veterans Affairs;Service Area Office, Central Region;212 3rd Ave South;Suite 29;Minneapolis MN 55401
 
ZIP Code
55401
 
Solicitation Number
36C24C18Q9527
 
Archive Date
12/16/2018
 
Point of Contact
Kimberly Hurt
 
Small Business Set-Aside
N/A
 
Description
1. Solicitation This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 36C24C18Q9527 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. All responsible sources may submit an offer to be considered by the agency. 2. Acquisition Details The solicitation number is 36C24C18Q9527 and is issued as a Request for Quotation (RFQ) This requirement is a 100% Small-Business set-aside. "This is a partial-brand name requirement; any item with the same salient physical, functional, and performance characteristics of the brand name items identified within this solicitation will be accepted. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. The North American Industry Classification System (NAICS) code is 336213 ("Motor Home Manufacturing "), and the business size standard is 1,250 Employees. 3. The Government will award a firm fixed price contract for Mobile Mammography Coach Unit for the Louis Stokes VA Medical Center in Cleveland, OH. The following items are being procured: One (1) 45-foot mobile mammography coach with a 36-inch automatic wheelchair ramp manufactured and serviced within a 200-mile radius of the Louis Stokes VA Medical Center in Cleveland, OH. The coach shall have three individual examination rooms housing General Electric (GE) LOGIQ S8 XDclear 2.0 Ultrasound System, GE Senographe Pristina 3D Mammography with Tomosynthesis system, and GE Prodigy P10 Compact DEXA system (1 system per examination room). The Mobile Mammography Coach Unit shall have the following salient characteristics: One (1) ADA approved 36-inch automatic wheelchair lift with door to the interior of the coach. Four (4) roof mounted air conditioner units One (1) set of hydraulic leveling and stabilizing jacks One (1) electro-magnetic entrance door lock with exterior keypad One (1) electric 12-foot by 24-inch slide-out room One (1) 18-foot Carefree Mirage lateral arm box awning or equivalent One (1) 40-inch LCD Monitor with exterior view and weatherproof door Four (4) side sliding windows with aluminum mini blinds Two (2) 19-inch LCD monitors with TV tuners and VGA inputs One (1) Tier 4 emissions 30 KW water cooled diesel generator, compartment installed with remote start-stop function One (1) CAT 6 network with printer/fax/scanner and reel and exterior jack One (1) Roof rail for mounting radio antennas with weatherproof access hatch to interior Fifty (50) LED ceiling lights with dimmer control switch in each room One (1) Indirect 12-volt fluorescent valance lighting One (1) Microwave Oven, cabinet mounted Two (2) Refrigerator, AC/DC, compressor operated One (1) Temperature, power, humidity alarm and backup power supply system General Electric imaging components to be provided and installed: One (1) GE Feature Wall One (1) GE Prodigy P10 Compact DEXA system Part Number H8930BC One (1) GE LOGIQ S8 XDclear 2.0 Ultrasound System Part Number H4918US One (1) GE Senographe Pristina 3D Mammography with Tomosynthesis system Part Number S30371AA GE Extended Warranty 4. Delivery Information FOB: Destination Delivery Date: 270 Days After Date of Award Delivery address: Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH 44106 5. Clauses & Provisions The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013) Item offered must meet minimum salient characteristics of item described within the Schedule of Items and Specification within the SOW. Offeror to provide technical brochures to support functionality features as described within the SOW/Schedule of Items. Offerors shall provide in detail for each specification that is required that the particular specification is or is not offered with a reference to the quote/brochure/data provided that the specification required is in fact offered. If offering a product that specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable. Offeror shall also provide evidence of being an Authorized Reseller (Distributor) for brand name product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. Questions/Clarifications : in order to maintain integrity, all offerors are advised that any questions shall be submitted in written form via e-mail to the Contracting Officer (kimberly.hurt@va.gov) and shall be received no later than two calendar days after release of the solicitation.   Submittal of Electronic Copies of the Quote:   Offerors shall submit an electronic copy via e-mail of all required documents to the Contracting Officer (Kimberly.hur@va.gov).   Offerors shall submit a quote no later than the date and time listed in Block 8 of the Standard Form 1449.     Offerors shall provide the following: Price One (1) completed price Schedule with the file name Company Name_Price_Schedule.xlsx Past Experience/Performance One (1) completed copy of offerors past experience reference worksheet in portable document format (pdf) with the file name Company Name_Past_ Experience.pdf. Technical  One copy of (1) of the Offeror s verification of current capabilities statement or proposed actions to meet the to meet minimum salient characteristics to include the Brand Name item described within the Schedule of Items. Offeror to provide technical brochures to support functionality features as described within the Schedule of Items with portable document format (pdf) with the file name Company Name_Technical_pdf.   52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES:) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proposals will be evaluated on the following factors; Technical Requirements, Past Performance, and Price. Technical evaluation and Past Performance, when combined are equal to price. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items (Nov 2017) All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Service Data Manual, VAAR 852.237-76 Electronic Invoice Submission., 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee, 852.246-71 Inspection, 52.252-2. Clauses Incorporated by Reference: 52.204-16, 52.204-18, 52.204-20, 52.204-4, 852-211-72, 852.270-1 Representatives of the Contracting Officer; (xii) 52.212-5 Contracts 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, 52.203-99, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-1,52-225-3 Alternate III, 52.225-13; 52.232-34 (xiii) Standard warranty and Software updates are included for the lifetime of the GE Radiology Equipment. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE FRIDAY, September 21, 2018 by 3:00 p.m. central standard time (CST). Responses must be sent via e-mail to Kimberly Hurt at kimberly.hurt@va.gov. 852.211-75 Product Specifications, 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). 52.233-2 Service of Protest 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: Kimberly Hurt Contracting Officer Hand-Carried Address: Department of Veterans Affairs Service Area Office, Central Region 212 3rd Ave South Suite 29 Minneapolis MN 55401 Mailing Address: Department of Veterans Affairs Service Area Office, Central Region 212 3rd Ave South Suite 29 Minneapolis MN 55401 (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 852.233-70 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. (End of Provision) 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. (End of Provision) 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 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management 811 Vermont Avenue, N.W. Washington, DC 20420 The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Oct 2016) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2018); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Apr 1984); The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offeror any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb6c9ac1b691181b2022e9c879b550f0)
 
Document(s)
Attachment
 
File Name: 36C24C18Q9527 36C24C18Q9527.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595234&FileName=36C24C18Q9527-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595234&FileName=36C24C18Q9527-000.docx

 
File Name: 36C24C18Q9527 ATTACHMENT for RFQ Brand Name JA HCA Signed_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595235&FileName=36C24C18Q9527-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595235&FileName=36C24C18Q9527-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05092585-W 20180919/180917231306-eb6c9ac1b691181b2022e9c879b550f0 (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.