Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2009 FBO #2631
SOLICITATION NOTICE

65 -- audio booth

Notice Date
2/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
VA Palo Alto Health Care System;Attn: 90/CCA;3801 Miranda Ave;Palo Alto CA 94304
 
ZIP Code
94304
 
Solicitation Number
VA-261-09-RQ-0078
 
Response Due
2/10/2009
 
Archive Date
3/12/2009
 
Point of Contact
Nicholas Kluch<br />
 
Small Business Set-Aside
N/A
 
Description
The Veterans Integrated Service Network (VISN 21)/Consolidated Contracting Activity (CCA) is issuing a Commercial Item Request for Proposal (RFP) in accordance with the format in FAR 12.6 to purchase one audiology booth as described herein for the Department of Veterans Affairs Northern California Health Care System - 10535 Hospital Way, Mather, CA 95655. 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12. The Solicitation Number for this RFP is VA-261-09-RQ-0078. The NAICS is 423450 and the size standard is 500 employees. VISN 21 intends to solicit proposals and purchase the following: one (1) Eckel S 121 Rev Low Profile Audiology Booth or equal including installation. The unit contains a single wall control room with dimensions 7'4 x 5'6 x 7'9 and a double wall exam room with dimensions 6'0 x 6'8 x 6'6 for a total overall outside dimension of 8'0 x 14'6 x 8'1. A double-glazed safety glass window with dimensions 24" x 30" x 3" between the control room and exam room is required. The room will contain two ventilation silencers, an intake and exhaust designed to provide up to 250 cfm each with an entrance velocity of less than 300 cfm. The system will not generate noise levels in excess of those specified by ANCI S-1 1991 standards. The door will be flush mounted on heavy duty cam lift hinges. It will swing out and include a sill seal design to assure the acoustic seal. The door will be of standard size, 32" x 73-3/4". Rooms will be equipped with at least one double track incandescent light and one duplex receptacle with wiring ran within the acoustic wall system when possible. Room will include a pre-wired jack panel with nine phone jacks. The room will contain an enhancement package which includes fabric lined fire panels. The room will be low profile which allows for a flush mounted floor to booth transition therefore eliminating potential trip hazards. All proposals shall include all costs associated installation & freight. Offeror shall include warranty information as appropriate with offer. Prices are F.O.B. Destination. All responses shall be for the following specified manufacture/brand name or equal: Eckel Sound Rooms (S-121Rev). Equal offers shall include: 1) descriptive literature and product number for time offered; 2) Separate unit cost of each item; 3) evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within the past three years, references with points of contacts must be identified. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under section b (16-20) (23) (26); 52.211-6 Brand Name or Equal; 852.211-73 Brand Name or Equal; 52.247-34 F.O.B. Destination; 852.203-70 Commercial Advertising; 852.270-1 Representatives of Contracting Officers;. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a) or 52.212-3 Offeror Representations and Certifications-Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect though FAC 2005-28. This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1 and 52.212-3. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far and http://www.va.gov/oa&mm/vaar. Quotations must be received by February 10, 2009, 10:00 am local time. Proposals shall be submitted in hard copy to: Nick Kluch (90/CCA) VA Palo Alto Health Care System, Bldg. 6, Room C-134, 3801 Miranda Ave., Palo Alto, CA 94304; or via email at Nicholas.Kluch@va.gov. Web based offers will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=54b7518264b19bd1d8f7512bcf101541&tab=core&_cview=1)
 
Record
SN01745566-W 20090208/090206215457-54b7518264b19bd1d8f7512bcf101541 (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.