DOCUMENT
65 -- Disposable Podiatry Instruments - Attachment
- Notice Date
- 2/8/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25017Q0218
- Response Due
- 2/17/2017
- Archive Date
- 4/18/2017
- Point of Contact
- John Tschirhart
- E-Mail Address
-
7-3952<br
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 3 (1) This is a combined synopsis/solicitation for commercial items 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. (2) The applicable solicitation number is VA250-17-Q-0218 and it is issued as a request for quote (RFQ). Ensure responses include this solicitation number. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (4) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 339112. For the purpose of this procurement the small business size standard is 1,000 employees. (5) Requirement: Brand name or equal Disposable Podiatry Instruments Product Description or Equal Unit Unit Price # of Units Extended Price Nail Nipper, Large, 5 to 6 Case/20 10 (200 ea.) Nail Splitter, 5 to 6 Case/20 2 (40 ea.) Freer Elevator, Case/20 2 (20 ea.) Tissue Nipper, 5 to 6 Case/20 2 (20 ea.) Bur, Carbide, Medium Bud, Fine Case/50 3 (150 ea.) Bur, Carbide, Small Cone Case/50 2 (50 ea.) Bruns Curette, #1 Case/20 6 (120 ea.) Bruns Curette, #0 Case/20 2 (40 ea.) Splinter Forcep Case/20 2 (40 ea.) Adson Brown Forcep Case/20 2 (40 ea.) The items listed above will be a base year with four (4) option years IDIQ contract. The Podiatry instruments will be delivered on monthly basis. The hospital is requesting a first article inspection. Please provide a sample(s) for a few of the items. 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 2005-95. 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 shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: (6) The following clauses and provisions apply to this solicitation (available from http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/) FAR 52.212-1, Instructions to Offerors--Commercial Items (April 2014), applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation Commercial Items (Jan 1999) as amended. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Priced Technically Acceptable offer. Evaluations will be conducted under FAR Part 13.106-1(e) and any subsequent award will be made to the offeror that provides the Lowest Price Technically Acceptable to the Government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2013), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Information must be included with offer if not completed within the System of Award Management (SAM.GOV) website. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2013), applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2014), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-3, Evaluation Exclusive of Options FAR 52.217-4, Evaluations of Options Exercised at Time of Contract Award FAR 52.217-5, Evaluation of Options FAR 52.217-6, Option for Increased Quantity FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-14, Limitations on Subcontracting 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 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-41, Service Contract Act Wage Determination 2005-2420, Rev 17 FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.232-72, Electronic Submission Of Payment Requests VAAR 852.237-70, Contractor Responsibility *****Quotes are to be emailed to John Tschirhart at john.tschirhart@va.gov no later than February 17, 2017, 4:00pm (EST) *****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017Q0218/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-0218 VA250-17-Q-0218.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262299&FileName=VA250-17-Q-0218-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262299&FileName=VA250-17-Q-0218-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0218 VA250-17-Q-0218.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262299&FileName=VA250-17-Q-0218-000.docx)
- Place of Performance
- Address: Cincinnati VA Medical Center;3200 Vine Street;Cincinnati, Ohio
- Zip Code: 45220
- Zip Code: 45220
- Record
- SN04395958-W 20170210/170208234738-5879c668c2e8ec15678d439fe36ed4a4 (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 |