DOCUMENT
65 -- CUSTOM GI KITS - Attachment
- Notice Date
- 7/27/2011
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: JUSTIN ROSE;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26311RQ0382
- Response Due
- 9/1/2011
- Archive Date
- 10/1/2011
- Point of Contact
- JUSTIN ROSE
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8 in an aggregate award by line item, by a group of items, or by total contract based on the best value for the Government. REQUIREMENTS Provide Sterile Custom Packs/Kits/Trays [defined in the Schedule below] for the VA Midwest Health Care System (VAMHCS), Minneapolis, MN in accordance with the Schedule and Specifications. Offeror to provide two (2) non-sterile samples as described in Schedule and Specifications below. Samples must be provided before the due date for offers or must accompany offer. SEE Bid Schedule documents (below) for delivery details and due dates and times. The Professional Staff of the VAMHCS, Minneapolis will evaluate samples in order to determine that offered products meet the Government's minimum needs. The VAMHCS, Minneapolis has entered into a Medical / Surgical Product Primary (Prime Vendor) Distribution contract with Kreisers, Inc., 2200 West 46th Street, Box K, Sioux Falls, SD 57105. It is the Government's intent to have any resultant contract items distributed through the prime vendor. Contact personnel at Kreisers is Doug Essen at 605-336-1155; 605-261-4704 (cell) or 800-524-9382 Ext. 222. Under Prime Vendor distribution system successful bidder will ship to and invoice Kriesers at the price(s) awarded. The Department of Veterans Affairs is currently implementing a Department-wide standardization program. As a result, VA is issuing National Consolidated Contract(s)/BPAs for standardized items. In the future, when any item in this contract is standardized under any National Consolidated Contract or BPA, the item will be deleted from this contract 30 days after written notice from the Contracting Officer. Offeror guarantees that the first shipment of sets will be available within _______ calendar days after notification of contract award. Subsequent shipments will be available within ______ calendar days after receipt of order. FOB Destination pricing is required. ELECTRONIC OR FACSIMILE OFFERS WILL NOT BE ACCEPTED. IMPORTANT NOTES TO OFFERORS: This procurement shall use the procedures in subsection FAR 8.405-2 to order the described supplies at prices established by the schedule contracts. The applicable supplies will be identified in the Federal Supply Schedule publications and the contractor's pricelist. Award will to the schedule contractor that represents the best value based upon the analysis of evaluation factors and price reasonableness. Federal Supply Schedule Number: Please provide the Federal Supply Schedule Contract Number assigned to your firm in the space provided below: Contract Number______________________ Expiration date: ________________ Offeror is a [ ] Small Business or [ ] Large Business Offeror, please indicate if known, if the owner has served in the Armed Forces of the United States [ ] Yes [ ] No [ ] Unknown SEE Bidding Schedule documents for delivery details for both samples and proposals. CAUTION!! LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation. CORRESPONDENCE ADDRESS: Provide the name and address of the person who is to receive acceptances, purchase or task orders, and offers of awards resulting from this solicitation. Failure to complete this information may result in delays, within your company, of proper receipt of acceptances, purchase or task orders, and offers of award. Company Name __________________________________________ ATTN: (Mr.)(Ms.)(Mrs.) ____________________________________ Internal Routing Identifier ___________________________________ Address One _____________________________________________ Address Two _____________________________________________ City_______________________________ State ____ Zip _________ NOTICES PERIOD OF ACCEPTANCE The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. FAR Provision 52.212-1. GOVERNING REGULATIONS This procurement is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items; and, Part 8, Required Sources of Supplies and Services. BASIS FOR AWARD The Government will award a contract or contracts resulting from this solicitation to the responsible Offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers (in descending order of importance): (1) Technical Capability of the products offered to meet the Government's requirement; (2) Past Performance; and (3) Price; and price related factors. These factors will be weighted, as follows: Technical capability and past performance, when combined, are significantly more important than cost or price. IMPORTANT NOTICE TO OFFERORS REGARDING SAMPLES OFFERORS SHOULD READ CAREFULLY AND MAKE INQUIRIES IF UNCLEAR STEP ONE: Offeror to provide two (2) non-sterile samples of each product, including specification literature and data, with their proposal for the items listed in the Schedule of Items below. Failure to provide a sample as required will cause offer to be considered outside of the competitive range and rejected prior to award. STEP TWO [ WHEN REQUESTED ONLY ]: Sterile samples may be required for clinical evaluation purposes. Offeror is to provide sterile samples within 10 days of receipt of written notice that clinical evaluations will be conducted. DO NOT send clinical evaluation samples until requested to do so. Failure to provide samples as required will cause offer to be considered outside of the competitive range and rejected prior to award. SEE STEP ONE ABOVE: Samples must be provided before the due date and time for offers SEE Bidding Schedule documents below for details. Time and date due are on the solicitation document. IMPORTANT: ALL SAMPLES MUST BE CLEARLY MARKED WITH THE SOLICITATION NUMBER, THE OFFEROR'S COMPLETE BUSINESS NAME & ADDRESS, AND BE PROPERLY ADDRESSED TO THE VA WAREHOUSE (SEE Bidding Schedule below for details). This applies regardless whether the samples are provided by a third party or not. RESULTS: Failure to clearly identify samples may cause offer(s) to be down-rated or to be considered outside of the competitive range and rejected prior to award. The Government will not undertake extraordinary steps to match proposals and unidentified or under-identified samples. SEE STEP ONE AND TWO ABOVE: The staff of the VAMHCS, Minneapolis will evaluate non-sterile samples (STEP ONE) in order to determine that offered products meet the Government's minimum needs. Professional staff may conduct clinical evaluations of samples provided in STEP TWO and will determine if the products provided meet clinical requirements. See Specifications below. CUSTOM PACKS / KITS / TRAYS The VAMHCS, Minneapolis, MN is issuing the specifications for custom packs. Failure to provide proper documents, timely, will be cause for that particular offer to be considered outside of the competitive range and rejected prior to award. BIDDING SCHEDULE Offerors - Read fully and carefully - inquire if anything is unclear. Due to high volume of documentation and samples (2 packs required from each offeror) the following schedule shall be adhered to by all offerors. Each RFQ shall have a different due date as outlined in this bidding schedule. CAUTION!! LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All samples will be shipped to the VA Midwest Health Care System, One Veterans Drive, ATTN: Warehouse - Sid Bell, Minneapolis, MN 55417. See further directions in the solicitation documents. All solicitation documents will be sent to or delivered to the VISN 23 Contracting and Purchasing Office, ATTN: Justin Rose, 708 South Third Street, Suite 200E, Minneapolis, MN 55415. Samples and Solicitation Documents are expected to be received by the Government at the differing locations at approximately the same time. Failure to deliver either item closely enough to conduct evaluations on the Government's schedule shall be cause to reject the sample or the solicitation documentation. Offerors are cautioned NOT to inundate the Warehouse with samples too early. The samples will not be permitted to arrive at the warehouse more than 3 business days before they are due. Samples arriving too early may be rejected. Due: Thursday, September 1st, 2011 at 3:00 p.m. CT - may not arrive before Monday, August 29th, 2011 Custom G.I. Packs OFFER OF AWARD/AWARD SCHEDULE Offers of Award or Awards may be made after all group evaluations are complete and recommendations made to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0382/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0382 VA-263-11-RQ-0382_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223571&FileName=VA-263-11-RQ-0382-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223571&FileName=VA-263-11-RQ-0382-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-263-11-RQ-0382 VA-263-11-RQ-0382_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223571&FileName=VA-263-11-RQ-0382-000.doc)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA MIDWEST HEALTH CARE SYSTEM;ONE VETERANS DRIVE, BLDG 70;MINNEAPOLIS, MN 55417
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02512660-W 20110729/110727235451-3fb9ba17785bd5403a7276043f762de5 (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 |