DOCUMENT
65 -- 459-17-3-092-0178 Injector Monitor (VA-17-117200) VA261-17-AP-10097 Workstation with software application - Attachment
- Notice Date
- 6/29/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
- ZIP Code
- 94304-1207
- Solicitation Number
- VA26117Q0752
- Response Due
- 7/7/2017
- Archive Date
- 7/17/2017
- Point of Contact
- Carol.lam@va.gov
- E-Mail Address
-
carol.lam@va.gov
(carol.lam@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with all parts of and format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 8. This announcement constitutes the only solicitation; a written solicitation will not be issued. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 8. Interested persons may identify their interest and capability to respond to the requirement or submit price quotations. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, dated 19 Jan 2017. Only emailed requests received directly from the requester are acceptable. Email quotes to carol.lam@va.gov no later than the required due date Friday, July 7, 2017. Receipt must be acknowledged on my desktop computer to be recognized as received. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. In order for a company to be considered a SDVOB or VOSB the company must be listed in https://www.vip.vetbiz.gov/. Unverified SDVOBs or VOSBs are considered non-responsive and price quotations will not be evaluated. The award will be set aside for veteran-owned small businesses if the contracting officer received two or more offers/quotes from verified SDVOSBs or VOSBs at fair and reasonable prices that offer best value to the Government. Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price. NAICS code 339112/1000 employees applies. Please provide FOB destination price to VA Pacific Islands Healthcare System. If the items are under GSA, FSS, NAC, BPA or any government contract, please provide the contract number, terms and conditions; SIN the products fall under (if any), delivery schedule and contract expiration date. Authorized dealers: Only firms who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Note: Offers of equal products - Offeror must clearly indicate in its offer that the product being offered is an equal product. The equal product must have the same physical, functional, or performance characteristics as the BAYER CERTEGRA WORKSTATION. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Please provide technical specification if offering an equal product. Description of requirements: The contractor shall provide all labor, materials, and equipment to deliver and install the BAYER CERTEGRA WORKSTATION to include annual software support. This system is replacing existing system STELLANT SN 41012 at VA Pacific Islands HCS Radiology Department. Scope of Work: Contractor shall provide complete installation and testing, and applications training. Contractor shall furnish tools, test equipment, test instruments, cleaning materials, and parts required to perform all services. All work shall be performed Monday through Friday between 8:00am and 5:00pm, exclusive of Federal Holidays. Prior to arrival, Contractor must notify, coordinate, and schedule all services (routine or unscheduled) with Radiology Department; contractor/field service technicians must have a proper VA issued vendor/contractor identification, which can be acquired through Biomedical Engineering Services. Failure to comply can be grounds to escalate issue(s) with the vendor representative s company, to the Chief of Facilities/Engineering, VAPIHCS Associate Director, and/or Contracting Office, which may also result in removal of privilege to enter any VAPIHCS premises and facilities. Any services outside the scope of contract must be approved and authorized by Biomedical Engineering Service and/or COR. Contractor and technicians will provide a signed copy of the Statement of Compliance from Vendor Representatives on VA Premises policy memorandum to the COR within seven (7) days from the initiation of contract. Invoices will be paid upon final approval of the contracting Officer Representative (COR), in which completion of services is verified, and that all requirements in SOW is met. Proposed Delivery: _______________________ Contracting Office Address: Department of Veterans Affairs; VISN 21 3801 Miranda Avenue Palo Alto, CA 94304 Primary Point of Contact: Carol Lam Carol.lam@va.gov Phone: 650-493-5000 X65825 Fax: 650-493-2546
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26117Q0752/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0752 VA261-17-Q-0752 CSS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3627020&FileName=VA261-17-Q-0752-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3627020&FileName=VA261-17-Q-0752-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04562236-W 20170701/170629234928-7366cf786a41c69885726be52c8b35e5 (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 |