Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2009 FBO #2650
SOLICITATION NOTICE

65 -- SMALL BONE POWER SYSTEM

Notice Date
2/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Center for Acquisition Innovation (Washington), VA CAI Washington, Department of Veterans Affairs;Cntr. for Acquisition Innovation;7485 New Horizon Way;Frederick, MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA-101-09-RQ-0105
 
Response Due
3/6/2009
 
Archive Date
5/5/2009
 
Point of Contact
Angela RandContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/SolicitationThis 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; Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ V4425-0235 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 339112 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is 100% Set Aside for Small Business, Women and small disadvantaged business are encouraged to submit offers. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an "equal" product, specification sheets, manufacturer and part number of the item must be included in the quote. The Department of Veterans Affairs, Center for Acquisition Innovation -Frederick (CAI) has a requirement for the following item(s): Line Item 0001_Sm. Bone High Speed Drill_- MFR: _BrasselerUSA_ - MFR P/N: PM-M09-200_ or equal - Quantity: 3 EA - UNIT PRICE: ______, TOTAL PRICE: ______. Line Item 0002_Sm. Bone Medium Speed Drill_- MFR: _ BrasselerUSA - MFR P/N: PM-M10-200 or equal - Quantity: 3 EA - UNIT PRICE: ______, TOTAL PRICE: ______. Line Item 0003_Sagittal Saw - MFR: BrasselerUSA - MFR P/N: PM-M12-200 or equal - Quantity: 3 EA - UNIT PRICE: ______, TOTAL PRICE: ______. Line Item 0004 Oscillating Saw - MFR: BrasselerUSA - MFR P/N: PM-M13-200 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0005 Reciprocating Saw - MFR: BrasselerUSA - MFR P/N: PM-M14-200 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0006 Wire Driver - MFR: BrasselerUSA - MFR P/N: PM-M11-200 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0007 Medium Bur Guard - MFR: BrasselerUSA - MFR P/N: PM-M10-901 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0008 Long Bur Guard- MFR: BrasselerUSA - MFR P/N: PM-M10-902 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0009 X-Long Bur Guard - MFR: BrasselerUSA - MFR P/N: PM-M10-903 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0010 Cleaning Cap - MFR: BrasselerUSA - MFR P/N: KM-A90-201 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0011 Pneumicro Hose - MFR: BrasselerUSA - MFR P/N: KM-A90-200 or equal - Quantity: 3 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Brasseler USA is the Manufacture of this equipment. Delivery, which shall occur within 30 calendar days of contract award, shall be FOB DESTINATION to the 79 Medical Logistics, 1057 West Perimeter Road, Andrews AFB, MD 20762. Shipping is FOB Destination. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. 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, which represents lowest evaluated cost or price, technically acceptable bid. Technical acceptability is more important than price and will be evaluated based on the function and operation of the item in accordance with the Government's specifications or Equal. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable unless currently registered in ORCA. 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, to include clauses: 5,14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via https://vets100.vets.dol.gov/. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $100,000 or more or any subcontractor receiving a contract in the amount of $100,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotes shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact name, address, phone number, fax number, tax identification number, DUNS number, cage code and size status (i.e., small business, disadvantaged business or woman owned business). All information has been posted there are no other documents available. Offers may be submitted via email to angela.rand@va.gov or they are to be received at the Department of Veterans Affairs, CAI-Frederick Office, 7485 New Horizon Way, Frederick, MD 21703 Attn.: Angela K. Rand, no later than 4:00 P.M. eastern daylight time on March 6, 2009. You may contact Angela K. Rand, Contract Specialist at angela.rand@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ed95872d53254c2a15df90b5e089be89&tab=core&_cview=1)
 
Place of Performance
Address: Attn: TSgt Stefanie Cox;779 Medical Logistics;1057 West Perimeter Road;Andrews AFB, MD<br />
Zip Code: 20762<br />
 
Record
SN01756993-W 20090227/090225220333-ed95872d53254c2a15df90b5e089be89 (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.