MODIFICATION
65 -- Purchase of Transcranial Magnetic Stimulator
- Notice Date
- 8/27/2003
- Notice Type
- Modification
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Director, Acqu= isition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minn= esota 55417
- ZIP Code
- 55417
- Solicitation Number
- 618-144-03
- Response Due
- 9/12/2003
- Point of Contact
- Point of Contact - Michael Owen, Contract Specialist, (612) 467-21= 90, Contracting Officer - Michael Owen, Contract Specialist, (612) 467-2190
- E-Mail Address
-
Email your questions to Michael Owen
(michael.owen@med.va.gov)
- Description
- 65 Medical Equipment =96 Transcranial Magnetic Stimulator RFQ 618-144-03 Issue 8/27/2003 Open 9/12/2003 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Under Statutory Authority 41 U.S.C. 253(c)(1) and in accordance with FAR 6.302 and VAAR 810.005, the proposed contract action is for Brand Name Only supplies for which the Department of Veterans Affairs Medical Center, Minneapolis, MN is seeking offers to provide one (1) Magstim Super Rapid Package (Rapid Rate Stimulation in the 1 to 50 Hz range), which consists of the following: 1 Rapid Unit, 4 Booster Plus Modules, 1 70mm Double Air Cooled Coil, 1 Air Extractor Unit, 1 PC Controller with Session software, 1 cabinet system as distributed by Jali Medical, Inc., Woburn, MA. Any resultant purchase is based on funds availability.=20 The above FAR 6.302/VAAR 810.005 authority is cited and justification made based on the determination that the Government=92s minimum needs can best be satisfied by Brand Name Only supplies. This procurement is being conducted under FAR Subpart 13.5 Test Program; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued but refer to Solicitation # RFQ 618-144-03. The above FAR 6.302/VAAR 810.005 authority is cited and justification made based on the determination that the Government=92s minimum needs can best be satisfied by Brand Name Only supplies. Firms may identify their interest and capability to respond to this requirement by 2:30 p.m., September 12, 2003. This notice of intent is a request for Brand Name Only competitive proposals. The Government will consider all interests received on or before September 12, 2003. All responsible sources that can meet these requirements and provide services as listed may respond to this solicitation by submitting cost and technical proposals; include location and past performance history. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. NAICS code is 339112 and the small business size standard is 500 employees. Award will be firm fixed-price contract, FOB destination with payment in arrears on certified invoice. The government will award to obtain the best value for the government, price, price-related factors and technical capability and past performance being considered and are approximately equal. The following incorporated clauses and provisions are those in effect through FAC 2001-15 and are applicable to this acquisition; Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with his/her offer. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this/these address(es):=20 http://www.arnet.gov/far (FAR) and http://www.va.gov/oa&mm/vaar/=20 (VAAR); FAR 52.212-1, Instruction to Offers =96 Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications =96 Commercial Items; FAR 52.212-4 Contract Terms and Conditions =96 Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders =96 Commercial Items; FAR 52.216-18 =96 Ordering; FAR 52.216-19 =96 Order Limitations; FAR 52.216-21 =96 Requirements; FAR 52.-217-6 - Option for Increased Quantity; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; and 852.233-71 Alternate Protest Procedure. Original proposals shall be submitted to MICHAEL OWEN, Contracting Officer (90C), VA Medical Center, Building 70, Room 4G-107, One Veterans Drive, Building 70, Minneapolis, MN 55417 by 2:30 p.m. on September 12, 2003. Point of contact: Michael Owen (612) 725-2190 and/or FAX (612) 725-2072. Faxed proposals will be accepted followed by original hard copy proposals by overnight express (FedEx or equivalent) to arrive the next business day.
- Web Link
-
RFQ 618-144-03
(http://www.bos.oamm.va.gov/solicitation?number=3D618-144-03)
- Record
- SN00413511-W 20030829/030827213436 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |