Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
DOCUMENT

65 -- Medical Cabinet - Attachment

Notice Date
2/4/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24816Q0443
 
Response Due
2/10/2016
 
Archive Date
2/25/2016
 
Point of Contact
Thomas Allman
 
E-Mail Address
Thomas.Allman@va.gov
(Thomas.Allman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in 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. This is a Request for Quote (RFQ) and the solicitation number is VA248-16-Q-0443. This acquisition is a 100% Service Disabled Veteran Owned Small Business set aside. The C.W. Bill Young, VAHC Contracting Office, Bay Pines, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Medical Supply Cabinet (Brand Name or Equal) QTYUnitDescriptionPrice 25EAWall mounted Medical Cabinet Mediroo Almond with Isonas, Reader/Controller Magnetic Lock $________ Systems must include the following features. If you are providing an or equal product, the following characteristics must be met: 6" Wall mounted Medical Cabinet Mediroo Almond with Isonas, Reader/Controller Magnetic Lock: o6" Deep Wall Mounted Medical cabinet o6800-00 - Almond oShelving Kit - 6800-SA - Adjustable Shelves oAuto Close Door - Door closes when released oDetails: Needs to have a soft close cylinder on each side. Hidden cylinder inside end panel. Approximately 18-3/8" x 14-5/16" unrestricted work surface can hold up to 50 lbs. oDimensions: Outer Dimensions Approximately 6"D x 25-3/25"H x 20-1/10"W; Interior Dimensions Approximately 6"D x 17-7/8"H x 18-1/2"W Approximately Weight 37.5 lbs. oCapacity: Stores two 1", 1 1/2", 2" or 3" side-or top-opening ring binders, or two letter- or legal-size clipboards. o6" Interior dimensions: Approximately 18 1/2"W x 17 7/8" H x 5 1/8"D o Security: Real-time tracking with ongoing history and audit reports, reader/controller integrates with permission management software like Microsoft Active Directory, allowing you to program your swipe badge credentials. An optional keypad on the controller gives you flexibility for dual authentication. (OR EQUAL) AGGREGATE TOTAL: $_________ PERIOD OF PERFORMANCE: within 30 days of receipt of order PLEASE NOTE: The solicitation document and incorporated provisions and clauses are those in effect through FAC Number/Effective Date: 2005-86-2/02-01-2016. The North American Industry Classification System code (NAICS) is 339112, Surgical and Medical Instrument Manufacturing. The Standard Industrial Classification (SIC) is 2841 Surgical and Medical Instruments. A firm fixed price contract will be awarded. All interested parties must bid on all items. Any or equal items will be sent to the technical representative for evaluation. If providing "or equal" product, you must describe how your item meets or exceeds the brand name product to be acceptable for award. Failure to do so will result in non-responsive quote. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: These items are procured on behalf of the C.W. Bill Young VAHCS, 10000 Bay Pines Blvd, Bay Pines, FL 33744. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commerical Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.213-2, Invoices; FAR 52.219-1, Small Business Program Representations; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-55, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation First-Tier Subcontract Awards; FAR 52.219-27, Notice of Service Disabled Veteran Owned Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; 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 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on Wednesday, 10 February 2016, by 8:00 a.m. EST. Submit offers or questions to the attention of Thomas Allman, by email to thomas.allman@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24816Q0443/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-Q-0443 VA248-16-Q-0443.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2543830&FileName=VA248-16-Q-0443-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2543830&FileName=VA248-16-Q-0443-000.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: 10000 Bay Pines Blvd;Bay Pines FL
Zip Code: 33744
 
Record
SN04010040-W 20160206/160204234927-159ec87847b813cc593b4eb7e9d81a57 (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.