SOLICITATION NOTICE
65 -- Transducer Biopsy Compatible Powerpark
- Notice Date
- 2/17/2015
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24715Q0342
- Response Due
- 2/23/2015
- Archive Date
- 3/25/2015
- Point of Contact
- 843-789-6528
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA-247-15-Q-0342 Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-247-15-Q-0342 and is issued as a request for quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) (iv) This solicitation is issued as a VETERAN OWNED SMALL BUSINESS set-aside. The North American Industry Classification System (NAICS) code is 339113, and the size standard is 500 employees. Verified VOSB and SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. (v) This requirement consists of the following items: MFR: SonoSite FUJIFILM BRAND NAME OR EQUAL VA247-15-Q-0342 Price/Cost Schedule MFR: SonoSite FUJIFILM ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1 P17795 MSK University 1.00 EA __________________ __________________ 2 L04055 M-Turbo System Update 1.00 EA __________________ __________________ 3 P07680 C60X/5-2 MHZ Transducer Biopsy Compatible 1.00 EA __________________ __________________ 4 L12830 Powerpark System 1.00 EA __________________ __________________ 5 5 yr Warranty- 60 Months Standard Coverage Warranty 1.00 EA __________________ __________________ 6 OPERATOR'S AND SERVICE MANUAL WITH SCHEMATICS 2.00 EA __________________ __________________ GRAND TOTAL __________________ INSTRUCTIONS TO OFFERORS: Acceptable submission is each CLIN listed separately with individual pricing on standard company quote form and any required supporting documentation *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. Offer must be good for 60 days after close of solicitation Delivery: 30 days ARO Shipping: FOB Destination Shipping Address: Department of Veterans Affairs RHJ VA MC Warehouse 1001 Trident Street Hanahan, SC. 29410 (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted items. 2. If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 3. If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov. (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE. A copy of the provision may be attained from https:// www.sam.gov. If not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) n/a (xv) QUOTES/OFFERS ARE DUE February 23, 2015 at 3PM ET. Only electronic offers will be accepted; submit quotation to - Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvi) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Dino LaRocca, NCO 7 Contract Specialist Dino.LaRocca@Va.Gov 843-789-6528 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0342/listing.html)
- Record
- SN03643754-F 20150219/150217233028 (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 |