Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
DOCUMENT

65 -- PET Infusion System - Attachment

Notice Date
5/30/2012
 
Notice Type
Attachment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Section;500 U.S. Hwy N;Prescott AZ 86313
 
ZIP Code
86313
 
Solicitation Number
VA25812Q0363
 
Response Due
6/13/2012
 
Archive Date
6/28/2012
 
Point of Contact
Kristin Tanner
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICATION FOR COMMERCIAL SUPPLIES This is a combined synopsis/solicitation for commercial equipment prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items 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 is being issued as Request for Quote No. VA258-12-Q-0363. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. The North American Industrial Classification System (NAICS) code for the required supplies is 334517 with a business standard of 500 Employees. This combined synopsis/solicitation is 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Quotes received from SDVOSB by 12:00 PM local time on June 13, 2012 will be considered by the Government. Base Requirement: Delivery of Equipment within 30 Days from Notice of Award ***Attention to Vendors, THIS IS A BRAND NAME OR EQUAL REQUIREMENT*** ITEMDESCRIPTIONPRODUCT NUMBERUNITQTYUNIT PRICETOTAL PRICE 1Intego PET Infusion System - Int Sys 2003029151EA1$$ 2Intego PET Infusion System Installation/CalibrationNoneEA1 3PET Infusion System Operator's Service and Repair Parts Manuals (one hard/paper copy and one email copyNoneEA1 Total Base Requirement$ Option Year One (1): October 1, 2012 through September 30, 2013 ITEMDESCRIPTIONPRODUCT NUMBERUNITQTYUNIT PRICETOTAL PRICE 1Annual Intego PET Infusion System Calibration NoneEA1$$ Total Option Year One (1)$ Option Year Two (2): October 1, 2013 through September 30, 2014 ITEMDESCRIPTIONPRODUCT NUMBERUNITQTYUNIT PRICETOTAL PRICE 1Annual Intego PET Infusion System Calibration NoneEA1$$ Total Option Year Two (2)$ ? Option Year Three (3): October 1, 2014 through September 30, 2015 ITEMDESCRIPTIONPRODUCT NUMBERUNITQTYUNIT PRICETOTAL PRICE 1Annual Intego PET Infusion System Calibration NoneEA1$$ Total Option Year Three (3)$ Option Year Four (4): October 1, 2015 through September 30, 2016 ITEMDESCRIPTIONPRODUCT NUMBERUNITQTYUNIT PRICETOTAL PRICE 1Annual Intego PET Infusion System Calibration NoneEA1$$ Total Option Year One (1)$ Aggregate Total$ ***Attention to Vendors, THIS IS A BRAND NAME OR EQUAL REQUIREMENT*** In accordance with FAR Part 11.104 Brand Name or Equal items applies to all items of this procurement. The Item Numbers listed within the Schedule of Equipment/Pricing are specific to MEDRAD. Vendors wishing to demonstrate their ability to provide an 'Equal' product must provide documentation, illustrations, pictures and any other relevant material to the Contract Specialist as part of their response/quote. Salient Characteristics of Intego PET Infusion System: "Dose Range: 1-25 mCi "Dose Accuracy: +/- 2% of measured dose "Maximum radioactivity: Shielding effectiveness of 750 mCi and dose preparation of 700 mCi "Maximum vial Volume: 30mL "Maximum Concentration: 100mCi/mL "Shielding Effectiveness: <2 mrem/hr (0.02 mSV/hr) at 12" (30.5cm) "Radiopharmaceuticals: F-FDG "Flow Rate: 1 mL/sec Questions Submission: Interested Vendors must submit any questions concerning the solicitation by June 11, 2012 at 10:00 AM Local Time to ensure adequate time for Buyer's response. Questions must be submitted in writing, using email, to Kristin Tanner at kristin.tanner@va.gov. Any other form will not be considered, phone calls or faxed questions will not be accepted or answered. SCOPE OF WORK: The Department of Veterans Affairs, Phoenix VA Health Care System, Nuclear Medicine Department requires a PET dose injection system. Equipment/system must be compatible/capable of dispensing calibrated bulk 17F FDG vials Vendor shall deliver FOB Destination NEW equipment to the Phoenix VA Health Care System (PVAHCS) located at 650 E. Indian School Rd, Phoenix, AZ 85012-1839. Equipment must be received by warehouse at PVAHCS within 30 days of award notification. Packaging and marking, items must be adequately packaged to prevent damage during shipping, handling, and storage. Outer packages must contain the complete contract number, obligation number and shipping address. A packing list/slip shall be enclosed with shipment and shall include contract number, items and quantity ordered, and items and quantity shipped. Vendor shall coordinate with Contracting Officer Representative for initial installation and calibration of equipment at a mutually agreed upon date and time. Equipment requiring annual calibration shall be conducted by manufacturer authorized person(s). Vendor shall provide manufacturer's authorization to calibrate equipment. Each annual calibration shall be coordinated each year upon delivery order issuance to ensure equipment is maintained as manufacturer directed to ensure optimized performance. Prospective Vendor Eligibility Requirements Prospective vendors must meet the following eligibility requirements in order to be able to submit a quote on this requirement. Quotes submitted by vendors who do not meet all of the outlined requirements shall not be considered. 1.Vendor must quote Brand Name or Equal product capable for PET 17F FDG injections. 2. Vendor be able to provide all line items. 3.Vendor must be registered in VetBiz as a Service Disable-Veteran Owned Small Business. 4.Vendor must have current Central Contractor Registration (CCR) registration at the time of award. The following FAR Provisions apply to this procurement: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008) FAR 52.212-2, Evaluation - Commercial Items (Jan, 1999). Paragraph (a) Source Selection using Lowest Price Technically Acceptable (LPTA) (FAR 15.101-2) 1)This is a competitive Request for Quote (RFQ) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. An Award will be made on the basis of the lowest price of quotes meeting or exceeding the acceptability standards for non-cost factors. 2)The Government will rank price quotes from lowest to highest, based on the total estimated cost (to include Options) of the quote. If the lowest priced quote receives an "Acceptable" Technical rating, then the evaluation process concludes and the Government will make preparations for contract award. If the lowest priced quote is not rated "Technically Acceptable", then the evaluation process continues until a technically acceptable quotes is determined. Technical Acceptability - to be technically acceptable, the quote must: I.Provide all of the required items listed above (in accordance with FAR 15.101-2(b)(1)): "If providing an "equal" product, Vendors must comply with FAR Part 52.211-6 & VAAR 852.211-73, Brand Name or Equal. Technical capability and compatibility of the items offered to meet the Government's requirement. "Equal" product must meet all salient characteristics of the supplies to be considered technically acceptable. Product literature must be provided along with the quote to the following email kristin.tanner@va.gov. "The completed pricing information filled in the Price/Cost Schedule (pages 2 and 3). "Any exceptions to the RFQ, including the SOW/Specifications, the delivery schedule and the terms and conditions. Unless specifically stated in the quote, the offeror agrees to everything in the RFQ/Delivery Order. II.Demonstrate that the offeror can provide all of the items requested in the SOW/Specifications section. This may include specifications, pictures, brochures, relevant past performance information, maintenance information, allowance for expansions or upgrades and other information that may be 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. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011) The offeror must submit a completed copy of the provision at with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.216-1 TYPE OF CONTRACT (APR 1984) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.225-25 PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN--CERTIFICATION (SEP 2010) 52.233-2 SERVICE OF PROTEST (SEP 2006) The following VAAR Provisions apply to the procurement: 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The following FAR Clauses apply to this procurement: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUN, 2010) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (APR, 2011) APPLIES TO THIS ACQUISITION. THE FOLLOWING CLAUSES UNDER SUBPARAGRAPH (B) APPLY: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American Act--Supplies (FEB 2009) 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.216-18 ORDERING (OCT 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-20 DEFINITE QUANTITY (OCT 1995) 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (MAR 1989) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) The following VAAR clauses are also applicable to this acquisition: 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-73 BRAND NAME OR EQUAL (JAN 2008) 852.216-70 ESTIMATED QUANTITIES (APR 1984) 852.246-71 INSPECTION (JAN 2008) 852.273-76 ELECTRONIC INVOICE SUBMISSION (INTERIM - OCTOBER 2008) Vendors must submit all questions concerning this solicitation in writing to the Contract Specialist, Kristin Tanner by way of electronic mail (email) to kristin.tanner@va.gov. Questions must be received no later than 10:00 AM local time, June 11, 2012. Quotes are required to be received in the contracting office no later than 12:00 PM local time on June 13, 2012. All quotes must be emailed to Contract Specialist, Kristin Tanner at kristin.tanner@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAHCS649/VANAHCS649/VA25812Q0363/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-12-Q-0363 VA258-12-Q-0363.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=351304&FileName=VA258-12-Q-0363-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=351304&FileName=VA258-12-Q-0363-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02761479-W 20120601/120530235957-56104da97445c73ac314ee32b995a3ae (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.