Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
DOCUMENT

66 -- SCIPRINT VX2 Labeler Brand Name or Equal - Attachment

Notice Date
9/19/2011
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);115 South 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D11RQ2045
 
Response Due
9/23/2011
 
Archive Date
11/22/2011
 
Point of Contact
Jason Hinze
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-69D-11-RQ-2045, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective August 4, 2011 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 08, 2009. The North American Industry Classification System (NAICS) Code for this acquisition is 334516, Size Standard: 500 Employees. This procurement is a 100% Small Business Set-Aside. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are offered by Scinomix., and are known to meet the VA's needs. Offeror shall provide the following Brand Name or Equal items: ITEM 1: Description: SCIPRINT VX2, Vial Labeler, tube 1044, product number VX2, QTY 1 $____________; ITEM 2: Safety Enclosure with interlocks, QTY 1 $____________; ITEM 3: Custom Racks for Test Tubes (8x20 rack), QTY 1 $____________; Operator manual, maintenance manual, on-site training, installation and 1 year warranty on all parts and labor must be included. Total Cost $______________. Salient Characteristics: (1) capability to print at a minimum of 300 dpi (2) must be able to handle vials from.5 to 50 ml in size (3) capability to include uncapping and capping of vials, (4) capability to add a barcode scanner and (5) must be able to operate as a stand-alone piece of equipment. Delivery, which shall occur within 60 calendar days of contract award, shall be FOB DESTINATION to Captain James A. Lovell Federal Health Care Center, 3001 Green Bay Road, Warehouse Building 138, North Chicago, IL, 60064. The Contractor is responsible for all freight charges. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. 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 quotation. A copy of the provision may be attained from https://www.acquisition.gov/far/05-39/html/52_212_213.html#wp1179194 or completed at https://orca.bpn.gov/. 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, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.219-28, Post Award Small Business Program Representation; (4) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (10) 52.222-50, Combating trafficking in Persons; (11) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169); and (12) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its 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 information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before September 23, 2011, by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Jason Hinze. Offers can be mailed, faxed or emailed to the GLAC attn: Jason Hinze, 115 S. 84th Street, Milwaukee, WI 53214; fax: 414-844-4891; email: Jason.hinze@va.gov. Quotes should be marked with the request for quote number VA-69D-11-RQ-2045. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D11RQ2045/listing.html)
 
Document(s)
Attachment
 
File Name: VA-69D-11-RQ-2045 VA-69D-11-RQ-2045.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=258879&FileName=VA-69D-11-RQ-2045-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=258879&FileName=VA-69D-11-RQ-2045-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02582504-W 20110921/110919235419-e12bc678e618f808417adceb1f25003c (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.