Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2020 SAM #6882
SOLICITATION NOTICE

65 -- Siemens Detector Brand Name

Notice Date
9/30/2020 7:23:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q1136
 
Response Due
10/5/2020 10:00:00 AM
 
Archive Date
12/04/2020
 
Point of Contact
Louellen Butler, Contract Specialist, Phone: +1 (215) 823-5800 X4919
 
E-Mail Address
Louellen.Butler@va.gov
(Louellen.Butler@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
(i) This is a combined synopsis/solicitation for a Brand Name Siemens Detector, as prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, 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. (ii) The solicitation number is 36C24420Q1136 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08 dated 08/13/2020. (iv) This solicitation is set aside 100% Small Businesses and the associated NAICS code 334516 has a small business size standard of 1,000 employees. (v) Statement of Need Statement of Need for: Siemens Detector Imaging Introduction The Department of Veteran Affairs Medical Center, Wilkes-Barre, Imaging has determined the need to purchase Siemens Detector for performing routine x-rays due to a dedicated COVID-19 treatment room. Justification: The current Siemens MAX WI-D Detector Model # 11105032 is damaged, and a replacement is necessary to ensure continuity of Veteran medical care. Siemens room 3 has been dedicated as the COVID-19 treatment room as it provides the one table that will lower to the ground level which makes it easier for the Veteran to get on the x-ray table for procedures. This will also allow bariatric and wheelchair patients easier access for fluoroscopic procedures and routine x-rays. Based on the flexibility of the table, this room has been dedicated as the COVID treatment room to ensure we are meeting the needs of a larger population. We need the Siemens Detector to be fully operational and provide ongoing treatment to our Veterans during this pandemic. Item No. Description Qty Unit Price Total Amount 1 Max Wi-D Detector Material Part #11105032 1 2 Max Detector CS CD V Material Part #10862086 1 3 4 Hours labor 4 4 CMF Call Management Travel 1 Requirements: The new detector must be compatible with Siemens Luminos Agile Max 400-473138 as this is our current operational equipment in Siemens room 3. I have attached the brochure for reference. Requirements: The new detector must be compatible with Siemens Luminos Agile Max 400-473138 as this is our current operational equipment in Siemens room 3. I have attached the brochure for reference. Quantity: 1 Delivery: Delivery accepted at VAMC Wilkes Barre, Warehouse, 1111 East End Blvd, Wilkes Barre, PA 18711; Weekdays 8:00am 4:00pm, excluding any government holidays. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: 52.252-1 Solicitation Provision 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): https://www.acquisition.gov/ 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (End of provision) (ix) Evaluation of this requirement will be based on PRICE and PAST PERFORMANCE. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 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): https://acquisition.gov/far 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 Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.219-11 VA Notice of Small Business Set-Aside (JUL 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) (xii) 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) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (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 (MAR 2015) 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) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) This is an open-market combined synopsis/solicitation for equipment 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:"" Quoter shall list exception(s) and rationale for the exception(s). (xvi) Quotes must be emailed to Louellen.Butler@va.gov and received no later than 01:00 P.M. EST on Monday, October 05, 2020. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Louellen.Butler@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to Louellen.Butler@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c45e09389e414aa19e32566643aa9749/view)
 
Place of Performance
Address: WILKES-BARRE VA MEDICAL CENTER 1111 East End Blvd, Wilkes-Barre, PA 18711-0030, USA
Zip Code: 18711-0030
Country: USA
 
Record
SN05815916-F 20201002/200930230146 (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 |
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.