Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2018 FBO #6238
SOLICITATION NOTICE

65 -- Ultrasound System

Notice Date
12/20/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0220
 
Response Due
12/28/2018
 
Archive Date
1/27/2019
 
Point of Contact
louann.gilliland@va.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25019Q0220 Posted Date: 12/20/2018 Original Response Date: 12/28/2018 Current Response Date: 12/28/2018 Product or Service Code: 6515 Medical and Surgical Instruments, Equipment and Supplies Set Aside (SDVOSB/VOSB): VOSB NAICS Code: 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing with a small business size standard of 1,250 employees. This is a 100% Veteran-Owned Small Business (VOSB) set-aside procurement. The Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, Ohio 45220-2213 is seeking to purchase: H40282LD - LOGIQ P9 R2.5 Five Year Standard Warranty H48062AH - L12n-RS Linear Array Probe H40482LJ - C1-5-RS Wideband Convex Array Probe (USA PoC Only) H42782LR - LOGIQ P9 DICOM H42802LL - Wireless LAN option H42832LG - LOGIQ P9 Standard Battery Option Price should include Delivery, Installation, Training, and Warranty Items shall be delivered fully assembled and in operational condition. Items shall be offloaded by vendors designated carrier to the street level. Pre-notice of delivery date is required with minimum 24 hours notice given to Surgical Supervisor or designee. Items operational condition and assessment shall be validated by the Surgical Supervisor or assigned designee. All contracted equipment and accessories shall be inventoried and accounted for to ensure brand new condition upon arrival. This combined synopsis/solicitation uses a brand name description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Items called for have been identified by a "brand name" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. All interested companies shall provide quotes to include the following: Line Item Model Number Description Quantity Unit Price Extended Price OFFERORS SHALL PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures 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 The Contractor shall deliver the quoted items, FOB Destination. Contractor shall indicate on the quote how many days after receipt of an order (ARO) the items can be delivered. Contractor shall deliver the items fully assembled and in operational condition. Delivery shall be to the Cincinnati VAMC, 3200 Vine Street, Cincinnati, OH 45220-2213, Attn: Surgical Supervisor Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017) VAAR 852.211-72, Technical Industry Standards (Jan 2008) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.211-70, Equipment Operation and maintenance Manuals (Nov 2018) VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) 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 This is an open-market combined synopsis/solicitation. 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: 1. The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR 2. 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)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. To be eligible to respond as an VOSB, a firm must be Center for Veterans Enterprise (CVE) registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov. Offers received from concerns that are not Service-Disabled Veteran-owned Small Business (SDVOSB)/Veteran-owned Small Business shall not be considered and will not be evaluated. Quotes shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 4:00 pm ET, December 28, 2018. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 4:00 pm ET, December 21, 2018. Questions received after the specified date and time will not be considered. Point of Contact LouAnn Gilliland Contract Specialist Network Contract Office (NCO) 10 Office: 937-268-6511 x2928 Email: LouAnn.Gilliland@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/DaVAMC552/DaVAMC552/36C25019Q0220/listing.html)
 
Place of Performance
Address: Cincinnati VA Medical Center;3200 Vine Street;Cincinnati, OH
Zip Code: 45220-2213
Country: USA
 
Record
SN05179825-F 20181222/181220230028 (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.