Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2018 FBO #6204
SOLICITATION NOTICE

65 -- NuTrace Fiber Laser 1064nm 20W NuTrace Fiber Laser 1064nm 20W Laser Etching/Marking system

Notice Date
11/16/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer 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
36C25019Q0144
 
Response Due
11/23/2018
 
Archive Date
1/22/2019
 
Point of Contact
Independence, Ohio 44131
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q0144 Posted Date: 11/16/2018 Original Response Date: 11/23/2018 Current Response Date: 11/23/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): N NAICS Code: 334111 Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 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 FAC 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1,250 employees. The Dayton VA Medical Center is seeking to purchase an item equal to or better than the NuTrace fiber laser instrument etcher system. All interested companies shall provide quotations for the following: Supplies Line Item Description This is a Brand Name or Equal requirement Quantity Unit Price Total Price NuTrace Fiber Laser 1064nm 20W -NuTrace NUX-20 laser unit. 20W Max power. -NuTrace R+ 2D DataMatrix reader for code verification. -Fumex Fume/Odor extractor equipment. FA1-M -NuTrace Select & Mark templates. Different laser configurations for different instrument materials included GS1 Codes. -2 hours of laser safety awareness guidance online by LIA (Laser Institute of America). Two seats. -10 hours of training on site including. -Two pairs of 1064nm OD7+ "Clear View" safety glasses to operate the laser in class 4 mode. -Instructional videos and manuals 1 2D DataMatrix 14 Services The contractor shall provide an item equal to or better than the NuTrace Fiber Laser 1064nm 20W and necessary components. If another laser etcher/marker is to be substituted it must meet the specifications of the NuTrace Fiber Laser 1064nm 20W and the 2D Matrix must be compatible with Censitrac instrument tracking system. Contractor must also provide all accessories and 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 _15__ days after receipt of order/award of contract. FOB destination. The contractor shall deliver all line items to the Dayton VA Medical Center. This procurement is for new items only; no remanufactured or "gray market" items. No remanufactured or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Place of Performance Address: Dayton VA Medical Center 4100 W. 3rd St. Dayton, OH Postal Code: 45428 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and 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 (Jan 2017) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (Sept 2018) 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) 852.219-10, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.232-72, Electronic Submission of payment Requests (Nov 2012) 852.246-70, Guarantee (Jan 2008) Per manufacturer at minimum of one year 852.246-71, Inspection (Jan 2008) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp 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. 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). Submission shall be received not later than 3:30 pm EST November 23, 2018. Quotes shall be sent by e-mail only to Danielle.Bowman@va.gov Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent via e-mail only to Danielle.Bowman@va.gov no later than 11:00 am EST November 19, 2018. 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 49616 Email: Danielle.Bowman@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q0144/listing.html)
 
Place of Performance
Address: Dayton VA Medical Center;4100 W. 3rd Street.;Dayton
Zip Code: 45428
Country: USA
 
Record
SN05153779-F 20181118/181116230021 (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.