Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
DOCUMENT

J -- Service Coverage and Preventative Maintenance of Medrad Dye Injectors for the VA Medical Center Huntington, WV. - Attachment

Notice Date
11/29/2012
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24913Q0112
 
Response Due
12/6/2012
 
Archive Date
1/5/2013
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
Shawn
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote (RFQ). Submit a written quote on RFQ reference number VA249-13-Q-1112. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to be able to determine your business size and any additional socio economic categories, if applicable. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by accessing the Dunn & Bradstreet website at https://iupdate.dnb.com/iUpdate/newUserLogin.htm or by phone at (800) 234-3867. (iii) This is a solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This solicitation is for 100% small business set-aside and the associated NAICS code is 811219 with a small business size standard of $19.0 million dollars. (v) This combined synopsis/solicitation is for the following commercial service: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Contract Period: Base POP Begin: 12-07-2012 POP End: 09-30-2013 The Contractor shall provide all parts, labor, equipment, materials, and travel to provide service coverage and one (1) PM and calibration on the Medrad dye injectors per the attached statement of work.1.00YR_________________________ 1001Contract Period: Option 1 POP Begin: 10-01-2013 POP End: 09-30-2014 The Contractor shall provide all parts, labor, equipment, materials, and travel to provide service coverage and one (1) PM and calibration on the Medrad dye injectors per the attached statement of work.1.00YR________________________ 2001Contract Period: Option 2 POP Begin: 10-01-2014 POP End: 09-30-2015 The Contractor shall provide all parts, labor, equipment, materials, and travel to provide service coverage and one (1) PM and calibration on the Medrad dye injectors per the attached statement of work.1.00YR__________________________ 3001Contract Period: Option 3 POP Begin: 10-01-2015 POP End: 09-30-2016 The Contractor shall provide all parts, labor, equipment, materials, and travel to provide service coverage and one (1) PM and calibration on the Medrad dye injectors per the attached statement of work.1.00YR__________________________ 4001Contract Period: Option 4 POP Begin: 10-01-2016 POP End: 09-30-2017 The Contractor shall provide all parts, labor, equipment, materials, and travel to provide service coverage and one (1) PM and calibration on the Medrad dye injectors per the attached statement of work.1.00YR__________________________ GRAND TOTAL_____________ (vi) A description of the requirements is as follows: The Huntington WV Veterans Affairs Medical Center has a requirement for service coverage and one (1) PM and calibration on their Medrad dye injectors as per the attached statement of work. (vii) Anticipated Period of Performance is 7 December 2012 through 30 Sep 2013 for the base period. Performance will take place at the Huntington VA Medical Center, 1540 Spring Valley Drive Huntington, WV 25704. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda: Offers may submitted in any format that the offeror desires as long as it contains all the required information contained in section b of this provision. (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (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: 1.Price, 2.Technical. (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). (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; FAR 52.209-6; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services within 60 days before the contract is set to expire; 52.217-9 Option to Extend Term of the Contract 30 days prior to expiration of the current performance period; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; Department of Labor Wage Determination 94-2079 Rev 30 Applies, 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-18, Place of Manufacture; FAR 52.228-5- Insurance -- Work on a Government Installation; VAAR 852.228-71 Indemnification and insurance; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1,FAR 52.253-1, Computer Generated Forms (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of quotes are as follows: 6 December 2012, 3:00P.M Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via email, fax, or mail. Email: shawn.hendricks@va.gov; Fax: 615- 849-3789, Mail: Department of Veterans Affairs, Network Contracting Office 9, Attn: Shawn Hendricks, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129. NOTE: Email is the preferred method of receipt of quotes. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED. PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL. (xvi) For further information regarding this solicitation, offerors can contact the following individual: Shawn Hendricks -Phone: 615-225-6337, Fax: 615- 849-3789, e-mail: shawn.hendricks@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913Q0112/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-Q-0112 VA249-13-Q-0112.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=538645&FileName=VA249-13-Q-0112-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=538645&FileName=VA249-13-Q-0112-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Huntington VA Medical Center;1540 Spring Valley Drive;Huntington, WV 25704
Zip Code: 25704
 
Record
SN02938978-W 20121201/121129234249-5ae3552408b3d4b70f844594cc9f3d45 (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.