DOCUMENT
70 -- Adaptive Software License Package - Attachment
- Notice Date
- 11/9/2018
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24619Q0075
- Archive Date
- 1/8/2019
- Point of Contact
- paul O. Waite
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: 36C24619Q0075 Notice Type: Combined Synopsis/Solicitation Synopsis: (I) This is a combined synopsis/solicitation for commercial items in accordance with the procedures in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This is a request for: Adaptive software license, Filament STD PLA, White, 4kg and Adaptiiv Printer Support, To include 10 hours WebEx training. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ# 36C24619Q0075. (III) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. (IV) This acquisition is unrestrictive and the associated NAICS code is 511210. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Product number/ Item description Quantity/ Unit of measurement Adaptiiv Software License for printing of medical devices, 510K 1 EA approved Print Package, 250 prints - NO EXPIRATION DATE Filament, STD PLA, White, 4kg 5 EA Adaptiiv Printer Support, To include 1 EA 10 hours WebEx training (VI) Radiation Oncology is using advanced treatment procedures to improve patient care. The creation of patient specific simple or modulated thickness bolus increase producibility and ensure a more accurate dose uniformity for patients needing a higher dose to the skin surface. The software application integrates directly with the existing treatment planning system. Each print requires a license. This package is for 250 prints of bolus with extra filaments and printer support. Scope Print package consists of: ADAPSW: Adaptiiv Software License for printing of medical devices, Print package, 250 prints, No expiration date ADAPFIL03: Filament, STD PLA, White, 4kg ADAPPRTSV01: Adaptiiv Printer Support (VI) This is a Brand Name acquisition. Additional Information: (VII) Required delivery 21 days ARO. Place of delivery is Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct, 2015), applies to this acquisition. Additionally addendum to this provision follows. OFFER SUBMISSION Offerors shall submit their offer via email, by 0400 PM, EST, November 14, 2018. Address Subject Line: 36C24619Q0075_1 Adaptive software license, Durham, NC. Pricing: Pricing shall be submitted as requested in the Schedule of Services. Total price will be evaluated by the Government; proposed prices should reflect a clear understanding of the requirements and commensurate with the performance work statement. All Offerors shall be registered and current in the System for Award Management (SAM) database at time of award. To be eligible to submit an offeror. All offerors shall be verified in the Vendor Information Page (VIP) www.vip.vetbiz.gov. Unverified SDVOSBs or VOSBs will be considered non-responsive to the requirements of the solicitation. Offers from unverified SDVOSBs or VOSBs are considered deficient and will not be evaluated. Technical The Technical Volume shall not exceed thirty (25) pages in length, minimum 12-point font. Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages. Past Performance Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed. TECHNICAL QUESTIONS Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing, via email, to paul.waite@va.gov on or before November 13, 2018 04:00pm EST. Address Subject Line: 36C24619Q0075_1 Adaptive software license, Durham, NC. Telephonic (verbal) questions Will Not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Quote. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. Offers will be initially reviewed for compliance of all terms and conditions required by the solicitation. Offers that comply with all terms of the solicitation will then move forward to the next step as detailed below. Offers that do not comply with all terms and conditions of this solicitation may be rejected for noncompliance. This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. For those offerors determined to be technically acceptable, award will be made to the vendor with the lowest overall price. Your proposal must demonstrate a clear understanding of the standards and requirements outlined in the solicitation. The contract will be awarded to the offeror with the lowest price technically acceptable offer based on the factors listed below. A rating of acceptable or unacceptable will be assigned to each non priced factor. Technical Past Performance Price Technical The offeror shall provide evidence that offeror has experience relevant to the work outlined in the Statement of Work. If subcontracting will be utilized please provide a breakout of how the work will be accomplished. Past Performance Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality services. Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror s past performance. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that the Government may elect to consider data obtained from other sources. Offerors with no relevant past performance or whom information is not available, shall be evaluated natural. Price Your prices shall be submitted in accordance with the Price Schedule contained in the solicitation. Total price will be evaluated by the Government. In evaluating the offeror s proposed price for this service, the government concern includes determining price reasonableness. If the lowest priced offer is not determined technically acceptable, the next lowest priced offer will be evaluated for technical acceptability and the process will continue in order by price until an offer is judged technically acceptable. GREY MARKET LANGUAGE. (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. VERIFICATION OF SDVOSBs/VOSBs Pursuant to 38 U.S.C. 8127(e/f), A small business may be awarded a contract if they are listed in the database of veteran owned small business (VIP). Correspondingly, requirements set aside for SDVOSBs or VOSBs only requires verification in the VIP database (Vendor Information Page ) when an offer/quotation is submitted to be considered for said award. Unverified SDVOSBs or VOSBs will be considered non-responsive to the requirements of the solicitation. Offers from unverified SDVOSBs or VOSBs are considered deficient and will not be evaluated. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul 2016), with their quote. An offeror shall complete only paragraph (b) of this provision. The offeror shall have completed the Annual Representations and Certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May, 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun, 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (45) 52.225-1, Buy American Act-Supplies (May, 2014) (41 U.S.C. chapter 83), (48) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan, 2008) 852.232-72 Electronic Submission of Payment Requests (Nov, 2012) 852.246-70 Guarantee (Jan, 2008) 852.246-71 Inspection (Jan, 2008) 852.273-70 Late Offers (Jan 2003) (XIV) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions must be received no later than 04:00 PM EST, November 13, 2018. (XV) Quotes are required to be received in the contracting office no later than 4:00 PM EST on November 14, 2018. All quotes must be emailed to the attention of Contracting Officer: Paul O. Waite email address is paul.waite@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24619Q0075/listing.html)
- Document(s)
- Attachment
- File Name: 36C24619Q0075 36C24619Q0075_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676153&FileName=36C24619Q0075-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676153&FileName=36C24619Q0075-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24619Q0075 36C24619Q0075_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676153&FileName=36C24619Q0075-001.docx)
- Place of Performance
- Address: Durham VA Medical Center;508 Fulton Street;Durham NC
- Zip Code: 27705
- Zip Code: 27705
- Record
- SN05148723-W 20181111/181109230432-af92cb8b2c4a2bd50605fa087c5a3da6 (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 |