Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2018 FBO #6237
SOLICITATION NOTICE

65 -- 642-19-1-315-0007 Olympus Endoscopy System (VA-19-00007490)

Notice Date
12/19/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road
 
ZIP Code
15215
 
Solicitation Number
36C24419Q0081
 
Response Due
12/24/2018
 
Archive Date
2/22/2019
 
Point of Contact
Caroline.Robinette@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 7 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0081 Posted Date: 12/19/2018 Original Response Date: Noon 12/24/2018 Current Response Date: Noon PM 12/21/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): No NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs Network Contracting Office (NCO) 4 1010 Delafield Road Pittsburgh, PA 15215 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 Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 effective October 26, 2018, and the Veterans Affairs Acquisition Regulation (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisition.gov. This solicitation is being competed as an Unrestricted set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing, with a small business size standard of 750 Employees. *Note: To be eligible to receive an award from this RFQ, SDVOSB and VOSB vendors must be registered and certified in the VIP database. The Corporal Michael J. Crescenz VAMC (Philadelphia VAMC); 3900 Woodland Avenue; Philadelphia, PA 19104 has a brand name requirement for Olympus Laryngoscope, processor, and light source. The specific items required and quantities are listed within the schedule. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 CH-S190-XZ-E HD Autoclavable 3 CCD Camera Head, E Type 1 0002 WA96100A Laryngoscope, Telescope 70 1 0003 WA03310A Light-guide Cable, 4.25 mm, 3 m, CF Type 1 0004 OTV-S190 Visera Elite Video System CNTR 1 0005 CLV-S190 Visera Elite Xenon Light Source 1 0006 MAJ-1951 SDI Cable 2.5 M 2 0007 MAJ-90 Back Panel Kit for TC-C 2/TC-GS KM# K7504075 2 0008 OIS-09541 USB (A-B) Assembly (M-M) 3ft Beige 2 0009 MAJ-1921 Visera Elite Keyboard 1 0010 MAJ-1981 Keyboard for CV-170 1 Total Price: Services Vendor shall furnish all items listed in the above schedule and complete any necessary installation and integration with the existing Olympus Endoscopy System. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery of the order shall be FOB destination. The order shall be sent to the attention of Daniel Weinstein, Chief, Audiology and Speech Pathology. The contractor shall deliver line items one (1) through ten (10) to The Corporal Michael J. Crescenz VAMC (Philadelphia VAMC); 3900 Woodland Avenue; Philadelphia, PA 19104. Place of Performance Address: Corporal Michael J. Crescenz VAMC 3900 Woodland Avenue; Philadelphia, PA Postal Code: 19014 Country: UNITED STATES Offerors are requested to quote Firm Fixed Price for all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 1 to this solicitation. Any award resulting from this solicitation will be issued on a Standard Form 1449. 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. Interested vendors are advised to monitor www.FBO.gov for any amendments to this solicitation that may be posted. Vendors are advised that any questions concerning this solicitation must be sent in writing to the Contract Specialist at NCO 4, Pittsburgh, PA. Questions may be sent via email to Ms. Caroline L. Robinette at Caroline.Robinette@va.gov. No questions will be answered after 2:30 p.m. on Friday, December 21, 2018. The following FAR and Veterans Affairs Acquisition Regulation (VAAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) The following instructions are added as addenda: 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 remanufacturers or gray market items will be acceptable. 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. 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 to 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. Evaluation of this requirement will be based on PRICE ONLY. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) The following provisions apply and are incorporated by reference and full text: 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 The Government intends to award a Firm-Fixed-Price Purchase Order as a result of this Request for Quote to the responsible offeror quotes the lowest price and meets the delivery schedule. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The following FAR and VAAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) (a)    Definitions.   As used in this clause- (1)    Contract financing payment  has the meaning given in  FAR 32.001. (2)    Designated agency office  means the office designated by the purchase order, agreement, or contract to first receive and review invoices.   This office can be contractually designated as the receiving entity.   This office may be different from the office issuing the payment; (3)    Electronic form  means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph  (c)  of this clause.   Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests; (4)    Invoice payment  has the meaning given in  FAR 32.001; and (5)    Payment request  means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b)    Electronic payment requests.   Except as provided in paragraph  (e)  of this clause, the Contractor shall submit payment requests in electronic form.   Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c)    Data transmission.   A Contractor must ensure that the data transmission method and format are through one of the following: (1)   VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2)   Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI) (d)   Invoice requirements.   Invoices shall comply with  FAR 32.905. (e)    Exceptions.   If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office.   Submission of payment requests by mail may be required for (1)   Awards made to foreign vendors for work performed outside the United States; (2)   Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3)   Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4)   Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5)   Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work.   He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract.   He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [  ].   Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-71 Rejected Goods (OCT 2018) (a)  Supplies and equipment.   Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense.   Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b)  Perishable supplies.   The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection.   Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities.   Supplies not removed within the allowed time may be destroyed.   The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected.   The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) Three (3) work days prior to shipping item(s), the Contractor shall furnish the anticipated shipment date, bill of lading number (if applicable), and carrier identity to Dr. Daniel Weinstein and to the Contracting Specialist. (End of Clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct  2018) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct  2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct  2014)  52.219-28, Post Award Small Business Program Representation (Jul  2013) 52.222-3, Convict Labor (June  2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan  2018) 52.222-21, Prohibition of Segregated Facilities (Apr  2015) 52.222-26, Equal Opportunity (Sept  2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul  2014) 52.222-50, Combating Trafficking in Persons (Mar  2015) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun  2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1, Buy American-Supplies (May  2014) 52.225-13, Restrictions on Certain Foreign Purchases (June  2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) The Defense Priorities and Allocations System (DPAS) ratings are 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:" Offeror(s) shall list exception(s) and rationale for the exception(s). Quote Submission Instructions: Quotes shall be sent electronically via email to Caroline.Robinette@va.gov. All quotes are due by Noon on December 24, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All Offerors shall submit the following: One (1) electronic copy of the quote. Quote should include pricing for each line item, total cost, and number of days for delivery. Point of Contact Caroline L. Robinette, Contract Specialist Caroline.Robinette@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-DEC-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/PiVAMC646/PiVAMC646/36C24419Q0081/listing.html)
 
Place of Performance
Address: Corporal Michael J. Crescenz VAMC;(Philadelphia VAMC);3900 Woodland Avenue;Philadelphia, PA
Zip Code: 19104
Country: USA
 
Record
SN05178776-F 20181221/181219230034 (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.