Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2014 FBO #4565
DOCUMENT

65 -- HemoDialysis Systems for the Dayton Ohio VAMC - Attachment

Notice Date
5/23/2014
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25014Q0339
 
Response Due
6/3/2014
 
Archive Date
9/1/2014
 
Point of Contact
Gina P. Crank
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.5, 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 solicitation number is VA250-14-Q-0339 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated NAICS code is 334510, size standard is 500 employees. This requirement is a Full and Open Competition without any restrictions. The requirement is for twenty (20) Hemodialysis Systems. See attached statement of work for description and requirements. Delivery location is the Dayton VAMC, Dayton OH and shall be FOB destination. Delivery and installation required within 60 days of contract award. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-73. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.203-17, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.223-18, 52.225-1, 52.225-13, 52.228-5, 52.232-40. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.237-70 Contractor Responsibilities 852.246-70 Guarantee 852.246-71 Inspection The following VAAR Provisions apply: 852.211-72 Technical Industries Standards 852.233-70 Protest Content/Alternate Dispute Resolution 852.233-71 Alternate Protest Procedure 852.233-71 Alternate Protest Procedure Note 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference 852.270-1 Representatives of Contracting Officers Evaluation will be made using the procedures under FAR 13. Offers will be evaluated on Price, Technical, Past Performance and Delivery Schedule. The Government will award a contract resulting from this announcement to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price: fill in table in Section B.2, Price/Cost Schedule of the attached Past Performance: Offer should provide: -References from at least 3 hospitals or dialysis centers, VA preferred, that have purchased dialysis machines from your company within the last five years. Include reference name, phone number, model number of machines provided and number of machines provided. -Provide data that validates the equipment and software being offered has successfully communicated with the VA's CPRS. The validation data will be accepted or rejected after being reviewed by a designated member of the local OI&T staff or Clinical Application Coordinator. -Submit information for any recall issued for the proposed equipment and discuss how the resolution was handled. Technical: see the attached SOW for technical requirements. -Offeror should provide documentation that sufficiently highlights the capability of the offered equipment to meet or exceed the technical characteristics listed in the Statement of Work and in section 2, Salient Characteristics. -Offeror should be able to describe the functionality of requested software package to include previous successes as requested in Past Performance section. -Offeror should provide overview of proposed training program. -Offeror should provide details on hardware and software maintenance plans. Offers should also include best expected delivery date. An Offeror's initial proposal should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Quotes are to be emailed to the Contracting Officer, Gina P. Crank at gina.crank@va.gov no later than June 3, 2014, 5PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25014Q0339/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0339 VA250-14-Q-0339_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1384599&FileName=VA250-14-Q-0339-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1384599&FileName=VA250-14-Q-0339-000.docx

 
File Name: VA250-14-Q-0339 Statement of Work and Price Cost Schedule.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1384600&FileName=VA250-14-Q-0339-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1384600&FileName=VA250-14-Q-0339-001.doc

 
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: Dayton VAMC;4100 West Third Street;Dayton, Ohio
Zip Code: 45428
 
Record
SN03375159-W 20140525/140523234225-15887241013794923d7fb1f16d48bb71 (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.