DOCUMENT
65 -- Medical Equipment Womens Vet Clinic - JAT 07/08/2011 - Attachment
- Notice Date
- 9/28/2011
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 18;6950 E Williams Field Rd;Mesa AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- VA25811RQ1142
- Response Due
- 9/21/2011
- Archive Date
- 9/22/2011
- Point of Contact
- Keron White
- E-Mail Address
-
6-3030<br
- Small Business Set-Aside
- N/A
- Description
- Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 SECTION B - CONTINUATION OF SF 1449 BLOCKS3 B.1 CONTRACT ADMINISTRATION DATA3 B.2 PRICE/COST SCHEDULE4 B.3 DELIVERY SCHEDULE7 SECTION C - CONTRACT CLAUSES9 C.1 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)9 C.2 VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984)9 C.3 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008)10 C.4 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)11 C.5 VAAR 852.246-70 GUARANTEE (JAN 2008)12 C.6 VAAR 852.246-71 INSPECTION (JAN 2008)12 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS13 SECTION E - SOLICITATION PROVISIONS14 E.1 NOTICE OF BRAND NAME OR EQUAL14 E.2 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)14 E.3 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)15 E.4 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003)16 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00258 Keron White Department of Veterans Affairs VISN 18 4135 S. Power Road Ste. 103 Mesa AZ 85212 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[Upon receipt of order] 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: Department of Veterans Affairs FMS-VA-FSC PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ Specifications of Equipment Brand Name or Equal Product Description for Richard Wolf Products 1.Endoscope, hysteroscope, 2.7mm, 30 degrees, 317 mm WL (8974.402) 2.Cable, Fiber Light, 2.5mm, 3m includes Wolf Light source adapters (8095.05, 8095.7) 3.Adapter, screw-on, Olympus long "OES" (for use with Olympus light source) (8095.811) 4.Sheath, Hysteroscope, 12FR Diagnostic for 8974.402 scope (8974.121) 5.Sheath, Hysteroscopy, single (optiflow), with 5 FR. Working channel, outer diameter 5.5mm (8974.3511) 6.Forceps, Qui-connect, alligator grasper, 5FR, 340mm WL (8642.6502) 7.Forceps, Qui-connect, spoon biopsy, 5FR, 340mm WL (8642.6002) 8.Forceps, Qui-connect, micro scissors, 5FR, 340mm WL (8642.6812) 9.Forceps, Qui-connect, punch biopsy, 5FR, 340mm WL (8642.6312 10.Cable, bipolar, connects a wolf bipolar resecto-scope to ERBE vio generator, 3m length (8108.232) 11.Tray, universal, metal, 20"x10"x3", includes 3 universal brackets, 8585.740 (8585.073) 12.Protector, endoscopes, plastic 320mm length, package of 5 (8570.9325) 13.Endoscope, hysteroscope, 2.7mm, 12 degrees, 317mm WL (8974.412) 14.Working element for resection, open handle style, used with 21FR sheath 8653.02 or 24.5FR sheath 8655.334 (8653.224) 15.Electrode, biotrode, 5FR, 360mm WL (823005) 16.Endoscope, 30 degrees, 4mm Panoview Plus II Standard, 300mm WL (8654.422) 17.Obturator, 22FR standard oblique (8654.16) 18.Cable, bipolar, tweezer style, for generators with 2 pin connectors (8108135) 19.Sheath, outer CFR, 24.5FR, for 22.5FR inner CFR sheath 8655.3441, profi LE135mm W (8655.334) 20.Sheath, inner CFR, 24.5FR outer CFR sheath 8655.334, include S: Rotary connecting collar (8655.344) 21.Operators service and repair parts manuals, one hard copy and one electronic (if available) B.2 PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 8974.402 1.00 EA ___________________ ____________________ 1 ENDOSCOPE, HYSTEROSCOPE, 2.7MM, 30 °, 317MM WL 2 2.00 EA ___________________ ____________________ Product Number: 8061.256CABLE, FIBER LIGHT, 2.5MM, 3M INCLUDES: WOLF LIGHT SOURCE ADAPTERS 8095.05 &8095.07 3 2.00 EA ___________________ ____________________ Product Number: 8096.811ADAPTER,SCREW-ON, OLYMPUS LONG "OES" (FOR USE WITH OLYMPUS LIGHT SOURCE) 4 1.00 EA ___________________ ____________________ Product Number: 8974.121SHEATH, HYSTEROSCOPE, 12FR DIAGNOSTIC, FOR 8974401 SCOPE 5 1.00 EA ___________________ ____________________ Product Number: 8974.3511SHEATH, HYSTEROSCOPY, SINGLE (OPTIFLOW), WITH 5FR. WORKING CHANNEL, OUTER DIAMETER 5.5MM, FOR USE 6 1.00 EA ___________________ ____________________ Product Number: 8642.6502FORCEPS, QUI-CONNECT, ALLIGATOR GRASPER, 5 FR, 340 MM WL, 7 1.00 EA ___________________ ____________________ Product Number: 8642.6002FORCEPS, QUI-CONNECT, SPOON BIOPSY, 5 FR, 340 MM WL, 8 1.00 EA ___________________ ____________________ Product Number: 8642.6812FORCEPS, QUI-CONNECT, MICRO SCISSORS, 5 FR, 340MM WL, 9 1.00 EA ___________________ ____________________ Product Number: 8642.6312FORCEPS, QUI-CONNECT, PUNCH BIOPSY, 5 FR., 340MM WL, 10 1.00 EA ___________________ ____________________ Product Number: 8108.232CABLE, BIPOLAR, CONNECTS A WOLF BIPOLAR RESECTO- SCOPE TO ERBE VIO GENERATOR, 3M LENGTH 11 2.00 EA ___________________ ____________________ Product Number: 8585.073TRAY, UNIVERSAL, METAL, 20" X 10" X 3", INCLUDES 3 UNIVERSAL BRACKETS, 8585.740 12 1.00 EA ___________________ ____________________ Product Number: 8570.9325PROTECTOR, ENDOSCOPES, PLASTIC 320 MM LENGTH, PACKAGE OF 5 13 2.00 EA ___________________ ____________________ Product Number: 8974.412ENDOSCOPE, HYSTEROSCOPE, 2.7MM, 12 °, 317MM WL 14 1.00 EA ___________________ ____________________ Product Number: 8653.224WORKING ELEMENT FOR RESECTION, OPEN HANDLE STYLE, USED W/ 21FR. SHEATH 8653.02 1 OR 24.5FR SHEATH 8655.334 15 1.00 EA ___________________ ____________________ Product Number: 823005ELECTRODE, BIPOTRODE, 5FR., 360 MM WL 16 1.00 EA ___________________ ____________________ Product Number: 8654.422ENDOSCOPE, 30 °, 4MM PANOVIEW PLUS II STANDARD, 300MM WL 17 1.00 EA ___________________ ____________________ Product Number: 8654.16OBTURATOR, 22FR STANDARD OBLIQUE 18 1.00 EA ___________________ ____________________ Product Number: 8108135CABLE, BIPOLAR, TWEEZER STYLE, FOR GENERATORS W/ 2 PIN CONNECTORS 19 1.00 EA ___________________ ____________________ Product Number: 8655.334SHEATH, OUTER CFR, 24.5 FR., FOR 22.5 FR. INNER CFR SHEATH 8655.3441, PROFI LE195MM W 20 1.00 EA ___________________ ____________________ Product Number: 8655.344SHEATH, INNER CFR, 22.5 FR., FOR 24.5 FR. OUTER CFR SHEATH 8655.334,INCLUDE S:ROTARY CONNECTING COLLAR 21 2.00 EA ___________________ ____________________ OPERATOR'S, SERVICE AND REPAIR PARTS MANUALS, ONE HARD COPY ONE ELECTRONIC (IF AVAILABLE) SENT VIA E-MAIL TO Medical Equipment: William.Bingochea@va.gov ____________________ GRAND TOTAL --- ==================== B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DATE OF DELIVERY 8974.402 1.00 SHIP TO : OPERATING ROOM 2 2.00 SHIP TO : OPERATING ROOM 3 2.00 SHIP TO : OPERATING ROOM 4 1.00 SHIP TO : OPERATING ROOM 5 1.00 SHIP TO : OPERATING ROOM 6 1.00 SHIP TO : OPERATING ROOM 7 1.00 SHIP TO : OPERATING ROOM 8 1.00 SHIP TO : OPERATING ROOM 9 1.00 SHIP TO : OPERATING ROOM 10 1.00 SHIP TO : OPERATING ROOM 11 2.00 SHIP TO : OPERATING ROOM 12 1.00 SHIP TO : OPERATING ROOM 13 2.00 SHIP TO : OPERATING ROOM 14 1.00 SHIP TO : OPERATING ROOM 15 1.00 SHIP TO : OPERATING ROOM 16 1.00 SHIP TO : OPERATING ROOM 17 1.00 SHIP TO : OPERATING ROOM 18 1.00 SHIP TO : OPERATING ROOM 19 1.00 SHIP TO : OPERATING ROOM 20 1.00 SHIP TO : OPERATING ROOM 21 2.00 SHIP TO : OPERATING ROOM SECTION C - CONTRACT CLAUSES C.1 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.2 VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984) (a) The successful bidder will supply operation/maintenance (service data) manuals with each piece of equipment in the quantity specified in the solicitation and resulting purchase order. As a minimum, the manual(s) shall be bound and equivalent to the manual(s) provided the manufacturer's designated field service representative as well as comply with all the requirements in paragraphs (b) through (i) of this clause. Sections, headings and section sequence identified in (b) through (i) of this clause are typical and may vary between manufacturers. Variances in the sections, headings and section sequence, however, do not relieve the manufacturer of his/her responsibility in supplying the technical data called for therein. (b) Title Page and Front Matter. The title page shall include the equipment nomenclature, model number, effective date of the manual and the manufacturer's name and address. If the manual applies to a particular version of the equipment only, the title page shall also list that equipment's serial number. Front matter shall consist of the Table of Contents, List of Tables, List of Illustrations and a frontispiece (photograph or line drawing) depicting the equipment. (c) Section I, General Description. This section shall provide a generalized description of the equipment or devices and shall describe its purpose or intended use. Included in this section will be a table listing all pertinent equipment specifications, power requirements, environmental limitations and physical dimensions. (d) Section II, Installation. Section II shall provide pertinent installation information. It shall list all input and output connectors using applicable reference designators and functional names as they appear on the equipment. Included in this listing will be a brief description of the function of each connector along with the connector type. Instructions shall be provided as to the recommended method of repacking the equipment for shipment (packing material, labeling, etc.). (e) Section III, Operation. Section III will fully describe the operation of the equipment and shall include a listing of each control with a brief description of its function and step-by-step procedures for each operating mode. Procedures will use the control(s) nomenclature as it appears on the equipment and will be keyed to one or more illustrations of the equipment. Operating procedures will include any preoperational checks, calibration adjustments and operation tests. Notes, cautions and warnings shall be set off from the text body so they may easily be recognizable and will draw the attention of the reader. Illustrations should be used wherever possible depicting equipment connections for test, calibration, patient monitoring and measurements. For large, complex and/or highly versatile equipment capable of many operating modes and in other instances where the Operation Section is quite large, operational information may be bound separately in the form of an Operators Manual. The providing of a separate Operators manual does not relieve the supplier of his responsibility for providing the minimum acceptable maintenance data specified herein. When applicable, flow charts and narrative descriptions of software shall be provided. If programming is either built-in and/or user modifiable, a complete software listing shall be supplied. Equipment items with software packages shall also include diagnostic routines and sample outputs. Submission information shall be given in the Maintenance Section to identify equipment malfunctions that are software related. (f) Section IV, Principles of Operation. This section shall describe in narrative form the principles of operation of the equipment. Circuitry shall be discussed in sufficient detail to be understood by technicians and engineers who possess a working knowledge of electronics and a general familiarity with the overall application of the devices. The circuit descriptions should start at the overall equipment level and proceed to more detailed circuit descriptions. The overall description shall be keyed to a functional block diagram of the equipment. Circuit descriptions shall be keyed to schematic diagrams discussed in paragraph (i) below. It is recommended that for complex or special circuits, simplified schematics should be included in this section. (g) Section V, Maintenance. The maintenance section shall contain a list of recommended test equipment, special tools, preventive maintenance instructions and corrective information. The list of test equipment shall be that recommended by the manufacturer and shall be designated by manufacturer and model number. Special tools are those items not commercially available or those that are designed specifically for the equipment being supplied. Sufficient data will be provided to enable their purchase by the Department of Veterans Affairs. Preventive maintenance instructions shall consist of those recommended by the manufacturer to preclude unnecessary failures. Procedures and the recommended frequency of performance shall be included for visual inspection, cleaning, lubricating, mechanical adjustments and circuit calibration. Corrective maintenance shall consist of the data necessary to troubleshoot and rectify a problem and shall include procedures for realigning and testing the equipment. Troubleshooting shall include either a list of test points with the applicable voltage levels or waveforms that would be present under a certain prescribed set of conditions, a troubleshooting chart listing the symptom, probable cause and remedy, or a narrative containing sufficient data to enable a test technician or electronics engineer to determine and locate the probable cause of malfunction. Data shall also be provided describing the preferred method of repairing or replacing discrete components mounted on printed circuit boards or located in areas where special steps must be followed to disassemble the equipment. Procedures shall be included to realign and test the equipment at the completion of repairs and to restore it to its original operating condition. These procedures shall be supported by the necessary waveforms and voltage levels, and data for selecting matched components. Diagrams, either photographic or line, shall show the location of printed circuit board mounted components. (h) Section VI, Replacement Parts List. The replacement parts list shall list, in alphanumeric order, all electrical/electronic, mechanical and pneumatic components, their description, value and tolerance, true manufacturer and manufacturers' part number. (i) Section VII, Drawings. Wiring and schematic diagrams shall be included. The drawings will depict the circuitry using standard symbols and shall include the reference designations and component values or type designators. Drawings shall be clear and legible and shall not be engineering or productions sketches. (End of Clause) C.3 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) C.4 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Arizona. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.5 VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one (1) year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) C.6 VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. (End of Clause) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS This page is intentionally left blank. SECTION E - SOLICITATION PROVISIONS E.1 NOTICE OF BRAND NAME OR EQUAL (As used in this provision, the term ``brand name'' includes identification of products by make and model.) (a) If items called for by this solicitation have been identified in the schedule by a ``brand name or equal'' description, such identification is intended to be descriptive, but not restrictive, and is intended to indicate the quality and characteristics of products that will be satisfactory. Offers offering ``equal'' products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offers and are determined by the Government to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an ``equal'' product, its offer shall be considered as offering the brand name product referenced in the solicitation. (c)(1) If the offeror proposed to furnish an ``equal'' product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the offer. The evaluation of offers and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting office. CAUTION TO OFFERORS: The contracting office is not responsible for locating or securing any information which is not identified in the offer and reasonably available to the contracting office. Accordingly, to insure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting office to: (i) Determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to acquire by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting office. (2) If the offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, it shall: (i) Include in its offer a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after sealed bid opening to make a product conform to a brand name product reference in the solicitation will not be considered. (End of Provision) E.2 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. Award will be made to the technically acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the requirements. Technical acceptability will be evaluated on a PASS/FAIL basis. Include prices for the entire project. Ensure technical requirements and specifications are met in accordance with (IAW) the Statement of Work (SOW). Failure to meet any of the requirements may result in rejection of the entire offer. A partial quote will not be considered. All offerors shall provide brochures, pictures, pamphlets to demonstrate that their products meet the specifications as stated in this solicitation. All products must be received no later than 30 days after receipt of order. Factor 1 - Technical Portion: Technical acceptability will be evaluated on a PASS/FAIL basis. Ensure technical requirements and specification are met IAW with the SOW. Factor 2 - Price: Only those offerors determined to be technically acceptable will be considered for award. Include prices for the entire project. Award will be made to the lowest-priced quote meeting the technical acceptability IAW the SOW. Technical and past performance, when combined, are not applicable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) E.3 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) E.4 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25811RQ1142/listing.html)
- Document(s)
- Attachment
- File Name: VA-258-11-RQ-1142 VA-258-11-RQ-1142_MOD 1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263667&FileName=VA-258-11-RQ-1142-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263667&FileName=VA-258-11-RQ-1142-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN02595471-W 20110930/110928235152-4fda93a82c6aae871596d69c3cfac3a7 (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 |