Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
MODIFICATION

65 -- VASCULAR ULTRASOUND SYSTEM

Notice Date
4/26/2024 5:43:33 AM
 
Notice Type
Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0516
 
Response Due
5/10/2024 2:00:00 PM
 
Archive Date
05/25/2024
 
Point of Contact
Krystal K Weeks, Branch Chief
 
E-Mail Address
krystal.weeks@va.gov
(krystal.weeks@va.gov)
 
Awardee
null
 
Description
?.## EVALUATION COMMERCIAL ITEMS Evaluation Factors 1. 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. The following factors shall be used to evaluate offers: This evaluation will be based on price. 2. 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). 3. 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) ?.## BASIS OF SELECTION 1. Contract Type: The contract will be firm fixed price. It will be competed and awarded under Federal Acquisition Regulation Part 13, Simplified Acquisition Procedures. The Government intends to select one contractor for the subject solicitation. 2. Responsive and Responsible: This is a Low Price solicitation where a single Offeror will be selected who is deemed responsive and responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1, whose offer conforms to the RFQ requirements and who has a satisfactory or unknown/neutral risk on past performance. 3. SAM Registration: Offeror must be registered in the System for Award Management (SAM). No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at https://www.sam.gov/portal/public/SAM/ On-line Representations and Certifications (ORCA) may also be filled out at this website. 4. Questions: Questions to this RFQ shall be submitted via electronic mail to the Contract Specialist Krystal.Weeks@va.gov). Questions shall be accepted until 2:00 PM Pacific on 05/02/2024. The Government is not obligated to respond to any questions received after that date and time. All questions received within the designated timeframe that the Government considers relevant, will be answered. Responses to questions will be provided as amendment to the RFQ that will be made available to all potential Offerors. Telephonic inquires will not be responded to. 5. Quote Preparation Instructions: 5.1. Specific Instructions: Submit signed and dated offers to Contract Specialist Krystal Weeks via email to Krystal.Weeks@va.gov. All Quotes shall be legible and prepared in the following general format to be properly evaluated. Offers shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. 5.1.1. Format. ** ALL OFFERORS ARE REQUIRED TO SUBMIT PARTS 1 THROUGH 3 BELOW TO BE CONSIDERED RESPONSIVE ON THIS SOLICITATION. Part I: Executed Request for Quote Part II: Price Proposal Part III: Responsibility 5.1.2. Part I - Executed Request for Quote: requires the offeror to complete blocks 17a (block 17a must include a Dun and Bradstreet number), 17b, 30a, 30b, and 30c, on the SF 1449 as applicable. Complete acknowledgement of amendments issued. 5.1.3. Part II - Price: Insert proposed unit and extended prices in Contract Line Item Numbers (CLIN). All prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. 5.1.4. Part III Responsibility: Requires the offeror to provide information verifying that it has the capability of meeting the requirements of the solicitation. Please provide copies of the following: 5.1.4.1. Descriptive literature such as illustrations, drawings, or other descriptive information to enable the Contracting Officer to evaluate products against the salient characteristics. Evaluations shall be based on information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 5.1.4.2. Verification of authorization by the manufacturer to provide the end item or a statement that the offeror is the manufacturer. Past performance will be evaluated using the Past Performance Information Retrieval System (PPIRS), as well as the past performance references. If an Offeror does not have past performance available in PPIRS, the past performance references will be used exclusively. Government databases and previous Project Owners/CORs may be contacted as references. The Government may research offeror performance on any federal, state, local, and commercial contracts of the offeror that is known to the Government, but not included on a submitted reference. Additionally, the personal experience and evaluator knowledge of offeror performance may be utilized. 6. Basis For Award: An award will be made to a single offeror. Any award to be made will be based on the lowest price offer that meets responsibility requirements with a satisfactory or neutral/unknown risk on past performance. No offer will be accepted that does not contain the total amount of work specified in this solicitation. 7. Price Criteria: 7.1. Price. Price will be evaluated using Price Analysis Techniques and the following criteria: 7.2. Total Price: The total evaluated price will be the sum of all Contract Line Item Numbers (CLINs). 7.3. Balance of Offer: The offer is balanced if the price is properly distributed throughout the life of the contract by base and option years. 7.4. Reasonableness. A price is reasonable if, in its nature or amount, it does not exceed what would be incurred by an ordinarily prudent person in the conduct of normal competitive business. 8. Responsibility Criteria: The ratings focus on the acceptability of the offeror s offer and will be assessed at the factor level. Responsibility shall be evaluated using the following rating method: 8.1. Acceptable: Meets all specified minimum performance or capability requirements necessary for satisfactory contract performance. 8.2. Not Acceptable: Fails to meet all or some specified performance or capability requirements. Clearly state why the offeror does not meet any specified performance or capability requirement. 9. Past Performance Ratings: 9.1. Past Performance: The Government will review available past performance data in the Government s Contractor Performance Assessment Reporting System (CPARS). However, the Government reserves the right to obtain past performance information from any available source and may contact sources other than those identified by the offeror when evaluating past performance. The Government will rate the offeror in relation to risk. A contract award will not be made to any offeror who receives an Unsatisfactory past performance rating. The Past Performance Factor will be assigned one of the ratings defined below: 9.1.1. Satisfactory - Little doubt exists that the offeror will successfully perform the required effort based on its performance record. 9.1.2. Unsatisfactory Significant doubt exists that the offeror will successfully perform the required effort based on its performance record. 9.1.3. Unknown/Neutral The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a62dd2b679e4ae6b95a590208fa67ad/view)
 
Record
SN07043940-F 20240428/240426230043 (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.