DOCUMENT
66 -- EVM-7 IAQ Monitor - Attachment
- Notice Date
- 11/30/2016
- Notice Type
- Attachment
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617Q0189
- Response Due
- 12/2/2016
- Archive Date
- 1/31/2017
- Point of Contact
- Vangie T Miller
- E-Mail Address
-
5-3999<br
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA246-17-Q-0189 Notice Type: Combined Synopsis/Solicitation Synopsis: (I) This is a combined synopsis/solicitation for commercial items in accordance with the procedures in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 Veterans Health Administration, NCO6, Hampton, VA in support of the Durham Veterans Affairs Medical Center, Durham, NC intends to issue a firm-fixed price contract under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 16.2, full and open competition and incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-92. This requirement supports the Durham VAMC. (III) Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration can be made through the website at http://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (IV) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ Number VA246-17-Q-0189. (V) The associated NAICS code is 334512. (VI) This combined solicitation/synopsis is for purchase of the following commercial items: 1. 3M EVM-7/Particle Monitor-PPB/CO QTY 1 EACH An environmental monitor that needs to be able to simultaneously measure particulates such as CO, CO2, VOC, temperature and relative humidity. The monitor shall have the capabilities to measure the following parameters: Avg, Level, Max, Min, STEL, and TWA. The data logging capabilities allows the unit to be placed into an area for three days to monitor the above mentioned. The results can then be utilized to determine if the area needs air adjustments to better the air quality, increase air exchanges, increase the mixing of the inside/outside air ratios. Other: (VII) Required delivery 30 days ARO. Place of delivery is Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct, 2015), applies to this acquisition. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. Offers will be initially reviewed for compliance of all terms and conditions required by the solicitation. Offers that comply with all terms of the solicitation will then move forward to the next step as detailed below. Offers that do not comply with all terms and conditions of this solicitation may be rejected for noncompliance. Next, offers shall be ranked according to price. An offeror s proposed price will be determined by multiplying the quantities identified in the pricing schedule by the proposed unit price for each contract line item to confirm the extended amount for each item. The extended amounts will be added together to determine the total evaluated price. Next, the lowest priced offer shall be evaluated for technical acceptability. Technical acceptability shall be evaluated on a pass/fail basis considering whether the proposed product meets or exceeds the specifications. If the lowest priced offer is determined technically acceptable, that offer represents the best value to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not determined technically acceptable, the next lowest priced offer will be evaluated for technical acceptability and the process will continue in order by price until an offer is judged technically acceptable. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul, 2016), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May, 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun, 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (45) 52.225-1, Buy American Act-Supplies (May, 2014) (41 U.S.C. chapter 83). (48) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan, 2008) 852.211-70 Service data Manuals (Nov, 1984) 852.232-72 Electronic Submission of Payment Requests (Nov, 2012) 852.246-70 Guarantee (Jan, 2008) (XIV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 2:00 PM, December 2, 2016. (XV) Quotes are required to be received in the contracting office no later than 2:00 P.M. EST on December 2, 2016. All quotes must be emailed to the attention of Vangie T. Miller, email address is vangie.miller@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0189/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-0189 VA246-17-Q-0189.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3135116&FileName=VA246-17-Q-0189-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3135116&FileName=VA246-17-Q-0189-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-Q-0189 VA246-17-Q-0189.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3135116&FileName=VA246-17-Q-0189-000.docx)
- Record
- SN04339056-W 20161202/161130234221-7f93afc3d668c9f82c00d93c465a1f91 (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 |