Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOLICITATION NOTICE

36 -- Stratasys J55 3D Printer System

Notice Date
11/19/2020 7:49:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021Q0164
 
Response Due
11/25/2020 1:00:00 PM
 
Archive Date
12/25/2020
 
Point of Contact
John Tschirhart, Contract Specialist, Phone: 937-267-3952, Fax: 937-262-5974
 
E-Mail Address
john.tschirhart@va.gov
(john.tschirhart@va.gov)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-09. This solicitation is a full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 333244, with a small business size standard of 750. The FSC/PSC is 3610. The Department of Veterans Affairs; Network Contracting Office (NCO 10), 3140 Governor s Place Blvd., Suite 210, Kettering, Ohio 45409 is seeking to purchase a Stratasys J55 3D Printer System to support pre-surgical planning, clinical decision making and patient and appropriate medical staff education. The requested J55 printing system shall work in conjunction with existing higher complexity J750 Digital Anatomy Printers (DAP), utilizing its software and post processing materials already in use by the 3D Printing Lab. All interested companies shall provide quotations for the following: Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA STRATASYS J55 SYSTEMS J55 PRINTER SYSTEM (100-120 VAC, 50-60 HZ, 13.5 A, 1 PHASE 220-240 VAC, 50-60 HZ, 7A, 1 PHASE). BASE SYSTEM - 26X26X61 INCE ENVELOPE. THE PRINTER HAS 3 PRINTING HEAD (RICOH GEN4E6 - TOTAL OF 6 CHANNELS) AND ROTATIONAL PRINTING TRAY. MATERIAL CABINET HAS 12 SLOTS (6X2 HOT-SWAP) FOR 1.1KG MATERIAL CARTRIDGES. INCLUDES GRABCAD PRINT SOFTWARE, 1 YEAR WARRANTY. OBJ-09005-V 0002 1.00 EA STRATASYS J55 PRINTER 0003 1.00 EA PACK OF 1 RGD810, VEROCLEAR, 1.1 KGE 0004 1.00 EA PACK OF 1 RGD837, VEROPUREWHITE, 1.1KG 0005 1.00 EA PACK OF 1 RGD838, VEROYELLOWV, 1.1 KG 0006 1.00 EA PACK OF 1 RGD845, VEROCYANV, 1.1KG 0007 1.00 EA PACK OF 1 RGD852, VEROMAGENTAV, 1.1KG 0008 1.00 EA PACK OF 1 SUP710, SUPPORT, 1.1KG 0009 1.00 EA STRATASYS J55 MATERIAL CABINET 0010 1.00 EA J55 FULL COLOR DESIGN CONFIGURATION LICENSE 0011 1.00 EA PROAERO AIR EXTRACTOR, EU/JP/INT 0012 1.00 EA J55 HOW SCALE KIT 0013 1.00 EA J55 SCANNER KIT 0014 1.00 EA INSTALLATION AND TRAINING, STRATASYS J55-PERFORMED BY RESELLER The requested J55 printing system will be essential to the 3D Printing Lab currently under construction at VANEOHS as the hub of a hub and spoke model providing medical model creation services to multiple Medical Centers within VISN 10 and neighboring VISNs within an identified region. Delivery shall be FOB destination 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Department of Veterans Affairs Cleveland VA Medical Center 10701 East Blvd. Cleveland, Ohio 44106-1702 Country: United States 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 June 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Oct 2020 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 Oct 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Oct 2020 The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.203-70, Commercial Advertising (May 2020) VAAR 852.211-70, Service Data Manual (Nov 2018) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (June 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-5, and 52.232-33. This procurement is for new items only; no remanufactured or ""gray market"" items. 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. 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. All quoters shall submit the following: One electronic copy via email to John Tschirhart at john.tschirhart@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Responses to this combined synopsis-solicitation shall be e-mailed to John Tschirhart, john.tschirhart@va.gov . Please provide your Dun and Bradstreet number and socio-economic status if you are interested in this contract; additionally, please provide your FSS or VA NAC contract numbers if applicable. Telephone responses will not be accepted. Responses must be received electronically (via email) no later than 4:00 p.m. local time, Wednesday, November 25, 2020. Quotes are to be emailed to John Tschirhart at john.tschirhart@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact John Tschirhart Contract Specialist
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/699d52d528834aeea0cc1e54f8778373/view)
 
Place of Performance
Address: Department of Veterans Affairs Cleveland VA Medical Center 10701 East Blvd., Cleveland 44106-1702
Zip Code: 44106-1702
 
Record
SN05857103-F 20201121/201119230225 (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.