Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2008 FBO #2243
SOLICITATION NOTICE

65 -- NOVA PLUS CO2 LASER - ALBANY STRATTON VAIncludes LightPath Fiber

Notice Date
1/15/2008
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Steven S. Tompkins;Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA-528-08-RP-0071
 
Response Due
1/31/2008
 
Archive Date
3/31/2008
 
Point of Contact
Steven Tompkins Contracting Officer 315-425-4693
 
E-Mail Address
Email your questions to Contracting Officer
(steve.tompkins@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the intent of the Syracuse VA Medical Center 800 Irving Ave. Syracuse, NY 13210, to negotiate a sole source procurement with OmniGuide, Inc., One Kendall Square, Building 100, Cambridge, Massachusetts, 02139. This Requirement is to provide one complete NovaPulse LX-20SP CO2 Laser with LightPath Fiber. The NovaPulse LX-20SP CO2 Laser with LightPath Fiber equipment is provided on a commercial basis, but the only source of this specific brand of equipment in this specific configuration is OmniGuide, Inc., the offeror and incumbent contractor. No other sources can provide this specific configuration of the NovaPulse LX-20SP CO2 Laser with LightPath Fiber. Listed below are the required items for this solicitation: Part # NPL - LX-20SP NovaPulse CO2 Laser without mast including manual qty (1), price ____________. Part #AK-5S Optical Adapter Kit NovaPulse (Luxar) Laser *Sidefire adapter, qty (1), price ____________. Part #HS-2 Hand piece Set 2: AccuBeam hand pieces for LightPath Fiber, qty (1), price ____________. LightPath 150 (pack of 10) qty (1), price each ____________. FOB Shipping Point with delivery date of NLT 29 February 2008 to Stratton VAMC, Department of Veterans Affairs, 113 Holland Ave., Albany, NY 12208, proposals to include cost of shipping. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors 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: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. This procurement is being conducted under the authority of Far 6.302-1. Only one responsible source and no other equipment or training will satisfy agency requirements; therefore, full and open competition is determined inappropriate for this acquisition. This notice is for information only and may represent the only official notice of such solicitation/synopsis, however, the Government will consider all proposals received on or before due date identified below. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal. A copy of the provision may be attained from http://www.arnet.gov/far/ . The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The offeror shall also provide its Commercial and Government entity code, DUNS number, and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of the information added to CCR. To register, go to http://www.ccr.gov/. The Federal Contractor Program requires that any contractor receiving a contract in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. NAICS Code is 334510, Size Standard, 500. Offers are due by January 31, 2008, at 1500 hrs, 3:00pm EDT, at the Syracuse VA Medical Center, Contracting Office, 800 Irving Ave. Syracuse, NY 13210, to the attention of the assigned Contracting Officer, Steven S. Tompkins ELECTRONIC OR FAXED OFFERS WILL BE ACCEPTED WITH VERBAL CONFIRMATION OF RECEIPT ONLY.
 
Place of Performance
Address: Stratton VA Medical Center;Equipment/OR;113 Holland Ave;Albany, NY
Zip Code: 12208
Country: USA
 
Record
SN01485710-W 20080117/080115223758 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.