SOLICITATION NOTICE
65 -- Zoll X-Series Manual Monitor Defibrillator Closes 8/14/2020 12noon EST
- Notice Date
- 8/11/2020 8:16:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0952
- Response Due
- 8/14/2020 9:00:00 AM
- Archive Date
- 10/13/2020
- Point of Contact
- Justin A Erdley, Justin Erdley, Contract Specialist, Phone: 412-360-6179
- E-Mail Address
-
justin.erdley@va.gov
(justin.erdley@va.gov)
- Awardee
- null
- Description
- 36C24420Q0952 Page 1 of 16 Page 6 of 52 Page 1 of 16 This is a combined synopsis/solicitation for BRAND NAME ONLY Zoll X-Series Manual Monitor Defibrillators, as prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. The solicitation number is 36C24420Q0952 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective date January 15, 2020. This solicitation is set aside for Small Businesses and the associated NAICS code 334510 has a small business size standard of 1250. Contract Line Items (CLIN): PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 UN __________________ __________________ X Series Manual Monitor Defibrillator with a 4 trace tri-mode display monitor/defibrillator/printer, comes with Real CPR Help advisory algorithm, advanced communications package (WiFi, Bluetooth, USB cellular modem capable) USB data transfer capable and large 6.5"" diaginal screen. Full 12 ECG lead view with both dynamic and static 12-lead mode display. Accessories included: MFC Cable, MFC CPR connector, A/C power adapter/battery charger, A/C power cord, one roll printer paper, 6.6 Ah Li-ion battery, carry case, declaration of conformity, operator's manual and quick reference guide. One-year EMS warranty Advanced options: Real CPR Help Expansion pack. CPR Dashboard quantitive depth and rrate in real time, release indicator, interruption timer, perfusion performance indicator (PPI). See-throu CPR artifact filtering. Zoll noninvasive pacing technology: Masimo pulse oximetry, SPO2 and SpCO, NIBP Weich Allyn includes: Smartcuff 10 foot Dual Lumen hose, SureBP reuseable adult medium cuff. End Tidal CO2 monitoring (ETCO2) Oridion Microstream Technology, Interpretive 12-lead ECG LOCAL STOCK NUMBER: 601-2231011-01 0002 1.00 EA __________________ __________________ Rainbow, RC-4, 4' Reuseable EMS Patient cable LOCAL STOCK NUMBER: 8000-001392 0003 1.00 EA __________________ __________________ SpO2/SpCO/SpMet Rainbow DCI Adult Reuseable Sensor with connector (3') LOCAL STOCK NUMBER: 8000-00371 0004 1.00 EA __________________ __________________ SpO2/SpCO/SpMet rainbow single use sensors: Patient 10-50kg (10 per case) LOCAL STOCK NUMBER: 8000-0339 0005 1.00 EA __________________ __________________ Cuff kit with Welch Allyn small adult, large adult and thigh cuffs LOCAL STOCK NUMBER: 8000-0895 0006 1.00 EA __________________ __________________ Cuff, child, 2-tube, twist lock connector LOCAL STOCK NUMBER: REUSE-09-2MQ 0007 1.00 EA __________________ __________________ Six hour rechargeable smart battery LOCAL STOCK NUMBER: 8000-0580-01 0008 1.00 EA __________________ __________________ Single bay charger for the SurePower and SurePower II batteries LOCAL STOCK NUMBER: 8200-00100-01 0009 1.00 EA __________________ __________________ X-Series 80mm thermal paper, pink with grid (pack of 6 rolls) LOCAL STOCK NUMBER: 8000-00910-01 0010 1.00 EA __________________ __________________ Kit, MultiTech MTC Cat M1 cell modem, verizon LOCAL STOCK NUMBER: 8000-001405-01 0011 1.00 EA __________________ __________________ OneStep Cable, X-Series LOCAL STOCK NUMBER: 8300-00676 0012 2.00 EA __________________ __________________ OneStep Pediatirc CPR Electrode (1pair) LOCAL STOCK NUMBER: 8900-00219-01 0013 1.00 EA __________________ __________________ CPR stat-padz Connector for R Series LOCAL STOCK NUMBER: 8009-0020 0014 1.00 EA __________________ __________________ CPR stat*padz HVP Multi-function CPR Electrodes - 8 pair/case LOCAL STOCK NUMBER: 8900-0400 0015 1.00 EA __________________ __________________ 3 year extended warranty (at time of equipment sale) LOCAL STOCK NUMBER: 8778-0106 0016 1.00 EA __________________ __________________ 3 year, 1 Preventive Maintenance (at timem of equipment sale) LOCAL STOCK NUMBER: 8778-0116 GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 1.00 NLT 90 days ARO 0002 1.00 SAME AS CLIN 0001 0003 1.00 SAME AS CLIN 0001 0004 1.00 SAME AS CLIN 0001 0005 1.00 SAME AS CLIN 0001 0006 1.00 SAME AS CLIN 0001 0007 1.00 SAME AS CLIN 0001 0008 1.00 SAME AS CLIN 0001 0009 1.00 SAME AS CLIN 0001 0010 1.00 SAME AS CLIN 0001 0011 1.00 SAME AS CLIN 0001 0012 2.00 SAME AS CLIN 0001 0013 1.00 SAME AS CLIN 0001 0014 1.00 SAME AS CLIN 0001 0015 1.00 SAME AS CLIN 0001 0016 1.00 SAME AS CLIN 0001 36C24420Q0952 Page 1 of 16 Page 52 of 52 Page 1 of 16 A. GENERAL INFORMATION Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this Statement of Work (SOW). Procurement is for the commissioning of one (1) new cardiac monitor in the VA Butler Fire & Emergency Services Department (VAB FES) at VA Butler Healthcare, 353 N. Duffy Rd., Butler, PA 16001. Background: VA Butler Fire & Emergency Services operates a single basic life support (BLS) ambulance licensed by the Pennsylvania Department of Health (PA DOH). VAB FES utilizes Emergency Medical Technicians (EMT) licensed by PA DOH who operate under Pennsylvania Statewide BLS Protocols. VAB FES uses local ambulance service provider Butler Ambulance Service (BAS) for all advanced life support (ALS) functions. PA DOH recently broadened the Scope of Practice for EMTs to include the application and transmission of 12-lead EKGs to receiving facilities. B. GENERAL REQUIREMENTS The contractor shall provide all equipment and other items necessary to deliver and install equipment. System Features shall include the following features described below: Fully interoperable with both Zoll X Series and R Series Manual Monitor/Defibrillators Tri-mode display monitor/defibrillator/printer Real CPR help Advisory algorithm Wi-Fi, Bluetooth, USB cellular modem capable USB data transfer capable 6.5"" (16.5cm), or larger, diagonal screen Full 12 ECG lead view with both dynamic and static 12-lead mode display CPR Dashboard quantitative depth and rate in real time, release indicator, interruption timer, perfusion performance indicator (PPI) See - Thru CPR artifact filtering End Tidal Carbon Dioxide monitoring (ETCO2) with Oridion Microstream Technology MultiTech MTC Cat M1 Cell Modem, Verizon Declaration of Conformity 3 Year Extended Warranty Delivery will be made 60-90 days after receipt of accepted purchase order Accessories shall have the following features: MFC cable MFC CPR connector A/C power adapter / battery charger A/C power cord One (1) roll printer paper 6.6 Ah Li-ion battery Carry case Operator's Manual Quick Reference Guide NIBP Welch Allyn with Smartcuff 10-foot Dual Lumen hose and SureBP Reusable Adult Medium Cuff Masimo Pulse Oximetry with Signal Extraction Technology (SET), Rainbow SET (for SpCO & SpMet), and SpO2/SpCO/SpMet Rainbow DCI Adult Reusable Sensor with connector (3 ft) Rainbow, RC-4, Reusable EMS Patient Cable (4 ft) Interpretative 12- Lead ECG with 12-Lead one step ECG cable- includes 4- Lead limb lead cable and removable precordial 6- Lead set (10) SpO2/SpCO/SpMet Rainbow Single use Sensors: Patients 10-50 kg Cuff Kit with Welch Allyn Small Adult, Large Adult and Thigh Cuffs Cuff, Child, 2-Tube, Twist lock connector Six-hour rechargeable Smart battery Single Bay Charger for the SurePower and SurePower II batteries. (Pack of 6 rolls) X Series 80mm Thermal Paper, pink with Grid OneStep Cable, X Series (2 Pair) OneStep Pediatric CPR Electrode (8 pair) CPR stat pads HVP Multi-Function CPR Electrodes CPR-D Padz and CPR Stat Padz Connector for R Series C. End Results Significantly reduced time to provide Veterans with a prehospital EKG and transmit findings to the receiving Emergency Department. Ensure compliance with PA DOH BLS protocols. Improve the cardiac diagnostic care provided to our Veteran customers. The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) applies to this acquisition. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.246-26 REPORTING NONCONFORMING ITEMS (DEC 2019) (a) Definitions. As used in this clause Common item means an item that has multiple applications versus a single or peculiar application. Counterfeit item means an unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. Critical item means an item, the failure of which is likely to result in hazardous or unsafe conditions for individuals using, maintaining, or depending upon the item; or is likely to prevent performance of a vital agency mission. Critical nonconformance means a nonconformance that is likely to result in hazardous or unsafe conditions for individuals using, maintaining, or depending upon the supplies or services; or is likely to prevent performance of a vital agency mission. Design activity means an organization, Government or contractor, that has responsibility for the design and configuration of an item, including the preparation or maintenance of design documents. Design activity could be the original organization, or an organization to which design responsibility has been transferred. Major nonconformance means a nonconformance, other than critical, that is likely to result in failure of the supplies or services, or to materially reduce the usability of the supplies or services for their intended purpose. Suspect counterfeit item means an item for which credible evidence (including but not limited to, visual inspection or testing) provides reasonable doubt that the item is authentic. (b) The Contractor shall (1) Screen Government-Industry Data Exchange Program (GIDEP) reports, available at www.gidep.org, as a part of the Contractor s inspection system or program for the control of quality, to avoid the use and delivery of counterfeit or suspect counterfeit items or delivery of items that contain a major or critical nonconformance. This requirement does not apply if the Contractor is a foreign corporation or partnership that does not have an office, place of business, or fiscal paying agent in the United States; (2) Provide written notification to the Contracting Officer within 60 days of becoming aware or having reason to suspect, such as through inspection, testing, record review, or notification from another source (e.g., seller, customer, third party) that any end item, component, subassembly, part, or material contained in supplies purchased by the Contractor for delivery to, or for, the Government is counterfeit or suspect counterfeit; (3) Retain counterfeit or suspect counterfeit items in its possession at the time of discovery until disposition instructions have been provided by the Contracting Officer; and (4) Except as provided in paragraph (c) of this clause, submit a report to GIDEP at www.gidep.org within 60 days of becoming aware or having reason to suspect, such as through inspection, testing, record review, or notification from another source (e.g., seller, customer, third party) that an item purchased by the Contractor for delivery to, or for, the Government is (i) A counterfeit or suspect counterfeit item; or (ii) A common item that has a major or critical nonconformance. (c) The Contractor shall not submit a report as required by paragraph (b)(4) of this clause, if (1) The Contractor is a foreign corporation or partnership that does not have an office, place of business, or fiscal paying agent in the United States; (2) The Contractor is aware that the counterfeit, suspect counterfeit, or nonconforming item is the subject of an ongoing criminal investigation, unless the report is approved by the cognizant law enforcement agency; or (3) For nonconforming items other than counterfeit or suspect counterfeit items, it can be confirmed that the organization where the defect was generated (e.g., original component manufacturer, original equipment manufacturer, aftermarket manufacturer, or distributor that alters item properties or configuration) has not released the item to more than one customer. (d) Reports submitted in accordance with paragraph (b)(4) of this clause shall not include (1) Trade secrets or confidential commercial or financial information protected under the Trade Secrets Act (18 U.S.C. 1905); or (2) Any other information prohibited from disclosure by statute or regulation. (e) Additional guidance on the use of GIDEP is provided at http://www.gidep.org/about/opmanual/opmanual.htm. (f) If this is a contract with the Department of Defense, as provided in paragraph (c)(5) of section 818 of the National Defense Authorization Act for Fiscal Year 2012 (Pub. L. 112 81), the Contractor or subcontractor that provides a written report or notification under this clause that the end item, component, part, or material contained electronic parts (i.e., an integrated circuit, a discrete electronic component (including, but not limited to, a transistor, capacitor, resistor, or diode), or a circuit assembly) that are counterfeit electronic parts or suspect counterfeit electronic parts shall not be subject to civil liability on the basis of such reporting, provided that the Contractor or any subcontractor made a reasonable effort to determine that the report was factual. (g) Subcontracts. (1) Except as provided in paragraph (g)(2) of this clause, the Contractor shall insert this clause, including this paragraph (g), in subcontracts that are for (i) Items subject to higher-level quality standards in accordance with the clause at FAR 52.246 11, Higher-Level Contract Quality Requirement; (ii) Items that the Contractor determines to be critical items for which use of the clause is appropriate; (iii) Electronic parts or end items, components, parts, or materials containing electronic parts, whether or not covered in paragraph (g)(1)(i) or (ii) of this clause, if the subcontract exceeds the simplified acquisition threshold and this contract is by, or for, the Department of Defense (as required by paragraph (c)(4) of section 818 of the National Defense Authorization Act for Fiscal Year 2012 (Pub. L. 112 81)); or (iv) For the acquisition of services, if the subcontractor will furnish, as part of the service, any items that meet the criteria specified in paragraphs (g)(1)(i) through (g)(1)(iii) of this clause. (2) The Contractor shall not insert the clause in subcontracts for (i) Commercial items; or (ii) Medical devices that are subject to the Food and Drug Administration reporting requirements at 21 CFR 803. (3) The Contractor shall not alter the clause other than to identify the appropriate parties. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) ALL CLINS. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside - Alternate II. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records, or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) 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, email, 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 in this paragraph (e), 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 852.246-71 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 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation. (End of Clause) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Clause) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Addendum to 52.212-4) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C 644) Alternated I (MAR 2020) 52.219-28 Post Award Small Business Program Representation (MAR 2020) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a 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. The following factors shall be used to evaluate offers: LOWEST PRICE TECHNICALLY ACCEPTABLE The government shall evaluate quoters prices, and then evaluate the apparent lowest-priced quote for acceptability under the technical factor. If the lowest-price quoter was evaluated as unacceptable, the agency shall then consider the acceptability of the next lowest-price quoter, continuing this process as necessary. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (MAR 2020) Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its quote or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the quote or complete certifications on the internet may result in elimination from consideration for award. 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/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) VAAR 852.273-70 LATE OFFERS (JAN 2003) This provision replaces paragraph (f) of FAR provision 52.212-1. Offers or modifications of offers received after the time set forth in a request for quotations or request for proposals may be considered, at the discretion of the contracting officer, if determined to be in the best interest of the Government. Late bids submitted in response to an invitation for bid (IFB) will not be considered. (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov (ALL BUSINESSES) VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (SDVOSB/VOSB S) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. Quotes may be submitted on this document or the vendor s own form (Include your company information name, address, phone number, POC, POC email, and DUNS #). Quoters shall provide an AUTHORIZED DISTRIBUTOR LETTER with your quote in order to be considered for the award. Solicitation Questions will be accepted by email up until 9:00am EST on 08/13/2020 Quotes and related documents must be emailed to justin.erdley@va.gov and received no later than 08/14/2020 12:00 pm EST on the close date. Quote may be submitted on this document or the vendor s own form. For information regarding the solicitation, please contact Justin Erdley at justin.erdley@va.gov NO PHONE CALLS WILL BE ACCEPTED Interested vendors are advised to monitor Contract Opportunities https://beta.sam.gov/ for any amendments to this solicitation that may be posted. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5f16af31721e49b38d48058bfb23cae2/view)
- Place of Performance
- Address: VA Butler Healthcare 353 N Duffy Road Butler, PA 16001 16001, USA
- Zip Code: 16001
- Country: USA
- Zip Code: 16001
- Record
- SN05753551-F 20200813/200811230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |