Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
DOCUMENT

99 -- PROS V23 437 107995 RAMP - Attachment

Notice Date
5/31/2013
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Iowa City;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
VA26313Q2165
 
Response Due
6/4/2013
 
Archive Date
6/19/2013
 
Point of Contact
Dustin Davis
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA intends to negotiate a firm fixed-price procurement under the authority of FAR 52.211-6, VAAR 852.211-73, FAR 6.302.1, FAR 6.302.5, FAR 6.303 and FAR 6.304 for an Exterior Stair Ramp. Interested parties may identify their experience in providing these services to the designated Contracting Specialist via e-mail at dustin.davis@va.gov or by fax at 319-358-6430. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is VA-263-13-Q-2165 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective April 1st, 2013. The associated NAICS code is 423450 with a small business standard of $14.0 M. The acquisition is a 100% small business set-aside. In accordance with FAR 6.302-1, the Government intends to award a sole source contract for a Modular Wheelchair Ramp, to Sanford Healthcare Accessories, 3223 32nd Avenue SW, Fargo, North Dakota 58103. Sanford Healthcare Accessories has been identified as the only source that can satisfy the agency's needs within the required time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The requirement for this acquisition includes the following: ITEM DESCRIPTION OF QTY UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 1 Each __________ __________ GRAND TOTAL -- _________________ Modular Wheelchair Ramp Install, to include: Veteran needs a modular ramp to access his house from driveway. The modular ramp will go 10 feet from driveway to the front of the house, then turn at a right angle and lead up to the house with a total of a 10 inch rise. The total length of the ramp will be approximately 16 feet. The ramp must meet all local and applicable industry standards as well as reference ADA Modular Wheelchair Ramp Specifications for wheelchair ramp construction specifications and requirements. All items and material must be name brand or equal. 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: Lowest price, technically acceptable (LPTA). Technical and past performance, when combined, are equal to price. The date of delivery is ordered by purchase order with delivery being FOB Destination to the Department of Veteran's Affairs, Fargo, ND VAMC, 2101 Elm Street, Fargo, ND 58102. Contact Dustin Davis at (319) 688-3617 for questions. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (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), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 3:00 pm CST on June 4, 2013. Proposal may be mailed, faxed or emailed to Dustin Davis at the Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, fax: (319) 358-6430, or e-mail: dustin.davis@va.gov. For additional information regarding this notice please contact Dustin Davis at the provided email address or by calling (319) 688-3617.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26313Q2165/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-13-Q-2165 VA263-13-Q-2165.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=782869&FileName=VA263-13-Q-2165-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=782869&FileName=VA263-13-Q-2165-000.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: VAMC Fargo ND;2101 Elm Street;Fargo, ND
Zip Code: 58102
 
Record
SN03077281-W 20130602/130601000924-cd074c8233c6e1df76e1baa899855d29 (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.