DOCUMENT
U -- LIBRARY E BOOKS - Attachment
- Notice Date
- 12/16/2015
- Notice Type
- Attachment
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24816Q0053
- Response Due
- 12/23/2015
- Archive Date
- 1/7/2016
- Point of Contact
- Victoria Robles, Contract Specialist
- E-Mail Address
-
ohn<br
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veterans Affairs, VA Medical Center in Orlando is issuing this combined synopsis/solicitation for commodities purchase of Stretchers for the Lake Nona VA Medical Center located at 13800 Veterans Way, Orlando, FL 32827. It is 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. (ii) The combined synopsis solicitation number is VA248-16-Q-0053_3. It's issued as a Request for Quotation (RFQ). It is for a Base Year and four option years starting on January 1, 2016. Option years will be exercised at the discretion of the Government ranging from first option year to start on January 1, 2017 and last option exercised on January 1, 2020. (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-84 (OCT 5, 2015). (iv) The combined synopsis solicitation is 100% Set Aside for Small Business. The NAICS is 519120. Business size standard is $15.0 Million. (v) This combined synopsis solicitation is for the service of electronic book subscriptions for the Library at the Orlando VA Medical Center Lake Nona Campus. (vi) This is a Solicitation for STAT!Ref Brand Name or Equal product in accordance with FAR 52.211-6. Equal to items will be acceptable as long as they meet the Salient Characteristics outlined below. We are seeking a clinical reference tool to be used by physicians, physician assistants, nurses, medical students and medical coders. It is needed to keep our healthcare providers constantly updated regarding the most critical changes in the medical field. The salient characteristics are listed herein: "Must be an online intuitive full-text e-resource that enables users to cross-search evidence-based and authoritative references in seconds. "Must provide a search and retrieval technology such as Teton server which allows the end user to search individual texts, subsets or the entire library using one search interface. "System must offer titles from a wide variety of publishers and medical societies. "Search titles must be included on Doody's Core titles list (DCT) "Must be able to search all of the titles in your subscription at once using simple text queries or Boolean operators. "Results must be relevance-ranked "System must be able to present the results in relevance ranked order and offer spelling corrections and related concepts to focus your search. "Must also create direct links to the titles in your subscription that can be used on your own Web site or in an e-catalog. "Able to generate bibliographic citations, evidence alerts "Easy access to MedCalc complete edition "Automatic search of PubMed and the National Guidelines Clearing House for matched results. "Related concepts are displayed using the Metathesaurus, provided by the National Library of Medicine's Unified Medical Language System. "Must provide easy link to Toxicology datanet, Stedman's Medical Dictionary, CDC and a host of Medical news feed allowing users to have instant access to updated developments in the healthcare world. Price Schedule ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011 E Book thru search interface, 28 titles, 2 concurrent users, plus yearly maintenance. Resources update on regular basis. Clinical reference for patient care used by Providers and Facilitators. Base year firm fixed price plus 3 option years. Contract Period: Base POP Begin: 01-01-2016 POP End: 12-31-2016 1.00YR____________________________________ 0002Option Year 1 Contract Period: Option 1 POP Begin: 01-01-2017 POP End: 12-31-2017 1.00YR____________________________________ 0003Option Year 2 Contract Period: Option 2 POP Begin: 01-01-2018 POP End: 12-31-2018 1.00YR____________________________________ 0004Option Year 3 Contract Period: Option 3 POP Begin: 01-01-2019 POP End: 12-31-2019 1.00YR____________________________________ 0005Option year 4 Contract Period: Option 4 POP Begin: 01-01-2020 POP End: 12-31-2020 1.00yr____________________________________ GRAND TOTAL__________________ ? (vii) Provision 52.212-1, Instructions to Offerors - Commercial (JUL 2013), applies to this acquisition. Provisions included incorporated by reference are: "Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007); 52.212-1 Instructions to Offerors - Commercial Items (APR 2014); 52.212-3 Offeror Representations and Certifications - Commercial items (MAY 2014) 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representation and Certification (DEC 2012) "52.211-6 Brand Name or Equal (AUG 1999); "52.225-18 Place of Manufacture (SEP 2006); "52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) (ix) Provision 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The best value method will be used. The following are the evaluation factors to be used: Price, Technical and Past Performance. "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: Price, Technical and Past Performance. Technical and past performance requirements, when combined, are significantly less important than cost or price" (x) It is advised that Offerors include a completed copy of the provision at 52.212-3 Offeror Representation and Certification - Commercial Items (AUG 2013) with its Offer. (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ Clauses and provisions included are: "Addendum to FAR 52.212-4 Contract and Conditions - Commercial Items; 52.202-1 Definitions (NOV 2013); 52.203-3 Gratuities (APR 1984); 52.203-12 Limitation on payments to influence certain federal transactions (OCT 2010); 52.204-4 Printed or copied double-sided on recycled paper (MAY 2011); 52.204-7 System for award management (JUL 2013) ; 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $ 15,000.00 (MAY 2014); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.232-17 Interest (MAY 2014); 52.243-1 Changes -Fixed Price (AUG 1987); "52.212-4 Ends Addendum to 52.212-4 "52.212-4 Contract Terms and Conditions - Commercial items (SEP 2013); "52.252-2 Clauses Incorporated by Reference (FEB 1998); "VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by reference (JAN 2008); 852.203-70 Commercial Advertising (JAN 2008); 852.215-70 SDVOSB and VOSB Evaluation Factors (DEC 2009); 852.215-71 Evaluation Factor Commitments (DEC 2009); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008); (xii) 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are incorporated by reference: "52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); "Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)); "52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); "52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78); "52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); "52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); "52.219-28, Post Award Small Business Program Representation (Jul 2013) (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 (MAR 2012) (E.O. 13126); "52.222-21, Prohibition of Segregated Facilities (Feb 1999); "52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); "52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); "52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); "52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d); "52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); "52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) NA. (xiv) NA. (xv) Questions: All Questions and inquiries must be submitted in writing no later than Monday December 21, 2015 at 2pm. No additional questions will be answered after that time. Any responses if needed will be posted no later than Tuesday December 22, 2015 at 2pm. (xvi) The RFQ is due on Wednesday December 23, 2015 at 2pm EST by e-mail at Victoria.robles@va.gov Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) For further information contact the Contract Specialist Victoria Robles by e-mail at Victoria.robles@va.gov or the Contracting Officer Lisa John Lisa.John@va.gov Contracting Office Address: Department of Veterans Affairs, Orlando VA Medical Center, 5201 Raymond Street, Orlando FL 32803. Point of Contact(s): Victoria Robles 407-646-4011 Lisa John Lisa.John@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24816Q0053/listing.html)
- Document(s)
- Attachment
- File Name: VA248-16-Q-0053 VA248-16-Q-0053_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2469274&FileName=VA248-16-Q-0053-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2469274&FileName=VA248-16-Q-0053-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-Q-0053 VA248-16-Q-0053_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2469274&FileName=VA248-16-Q-0053-000.docx)
- Place of Performance
- Address: Orlando VAMC;13800 Veterans Way
- Zip Code: 32827
- Zip Code: 32827
- Record
- SN03970849-W 20151218/151216234225-b9aa5094b9a0bf518f8aafbf7a63c067 (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 |