Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
DOCUMENT

71 -- Brand Name or Equal - Dental Workstations 100% SDVOSB Set Aside Chico Pkg. 72 - Attachment

Notice Date
8/14/2018
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36A77618Q9092
 
Response Due
8/24/2018
 
Archive Date
10/23/2018
 
Point of Contact
Bernadette Bodzenta
 
E-Mail Address
7-8300
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
7 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36A77618Q9092_1 Posted Date: August 14, 2018 Response Date: August 24, 2018 3:00 PM Eastern Daylight Time Product or Service Code: 71: Office Furniture Set Aside (SDVOSB/VOSB): Service Disabled Veteran Owned Small Business (SDVOSB) NAICS Code: 337127 Institutional Furniture Manufacturing Contracting Office Address Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Blvd., Suite 300 Independence, Ohio 44131 Description This is a combined synopsis/solicitation for a Service Disabled Veteran Owned Small Business (SDVOSB) set aside, Brand Name or Equal, commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1, dated 7-16-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500 Employees. There is an existing non-manufacturing rule class waiver for NAICS 337127 and PSC 7110 and applies to this combined synopsis solicitation. The Program Contracting Activity Central (PCAC), 6150 Oak Tree Blvd., Suite 300 Independence, Ohio 44131 is seeking to purchase dental workstations. All interested companies shall provide quotations for the brand name or equal dental workstations as outlined in the attached Statement of Work. Pricing shall be submitted for the following Contract Line Item Numbers: Supplies/Services Schedule CLIN Description Qty Unit Price Extended Price 0001 Workstation, Dental Lab, Tech, 1 _________ _________ Single Station Nevins Laboratories 9748 /1604 OR EQUAL 0002 Workstation, Dental Lab, 1 _________ _________ Modular Nevins Laboratories OR EQUAL 0003 Shelving, Modular, Wall 1 _________ _________ Mounted Nevins Laboratories OR EQUAL 0004 Assembly and Installation 1 _________ _________ Total _________ The delivery, assembly, and installation is estimated 70 days after receipt of order and no later than November 15, 2018. Delivery shall be FOB Destination. The contractor shall deliver line item(s) 0001, 0002, and 0003 to VA Northern California Health Care System, 2000 Concord Avenue, Chico, CA 95928. Place of Performance Address: 2000 Concord Avenue, Chico, California Postal Code: 95928 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the Lowest Price Technically Acceptable (LPTA).   The full text of FAR and VAARprovisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [Feb. 1998] FAR 52.212-1 Instructions to Offerors Commercial Items Addendum Introduction The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is issuing this Request for Quotation (RFQ) to solicit vendors for the purpose of entering into a contract. This acquisition is being conducted in accordance with the procedures in Federal Acquisition Regulations (FAR) Parts 12 and 13. This will be a Firm Fixed Price (FFP) Purchase Order (PO). The Offeror s proposal shall consist of two (2) parts; Technical and Price. Late submissions may not be accepted. Any modifications or revisions of a quote received after the date and time specified for receipt of quotes is late and may not be considered. Quote Files Offeror s responses shall be submitted in accordance with the following instructions: Format Technical quotes shall not exceed 30, single sided, typed, standard 8.5"x11" pages. Type shall be no smaller than size 12 font. The page limit does not include price sheet or past performance. All of the proposal files may be compressed (zipped) into one (1) file entitled proposal.zip using WinZip version 6.2 or later version or the proposal files may be submitted individually. All offers 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 https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Content TECHNICAL The technical volume shall consist of the following: The Offeror shall provide a complete description of the product(s) that satisfy the minimum requirements specified in the Statement of Work (SOW). As stated in section Evaluation of Offers, the Offeror shall provide an electronic copy of the cut sheets/manufacturer s specifications for all items quoted. These cut sheets/manufacturer s specifications shall contain adequate specifications for the Government to determine the product meets the specifications identified in the SOW. Not providing this information will render the quote technically unacceptable and, thus, ineligible for award. As a part of the technical quote, the Offeror shall provide a copy of the authorization from the manufacturer that provides acknowledgement the Offeror is an authorized distributor/dealer of the equipment or products. Not providing this information will render the quote technically unacceptable and, thus, ineligible for award. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   PRICE The pricing volume shall consist of the following: The offeror shall complete the Supplies/Services Schedule of the combined synopsis solicitation or provide a price quote that adequately identifies the make and model of the item, unit price, and total for each and all CLINs identified in the SOW/pricing schedule. Failure to provide the make and model of the item, unit price, and total amount for each CLIN will render the offer unacceptable. The unit price shall be rounded to the penny to avoid rounding errors. Failure to comply with the instructions will render the quote unacceptable. Quotes shall be valid for 60 days. If the Offeror is proposing deviations or exceptions, or otherwise makes assumptions or adds new terms, conditions or clauses regarding this Statement of Work, the Offeror must explicitly state them.   In the event of a conflict between the Statement of Work and the Offeror s quote, the Statement of Work shall take precedence unless the Government explicitly agrees with the deviation, exception, assumption, term, condition or clause in the resulting order document.   The Offeror is cautioned that deviations, exceptions, assumptions or new terms, conditions, or clauses may result in a determination of quote unacceptability, may preclude award to a contractor if award is made without discussions, or may otherwise affect a contractor s competitive standing. (End of Provision) ADDENDUM to FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-2 as an addendum to this solicitation: EVALUATION OF OFFERS Basis of Award 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: Technical Price [LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA)] 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. Evaluation Approach Evaluation of offerors will be made on an LPTA basis. The following factors will be used to evaluate offers: 1) Technical (meets salient characteristics/specifications detailed in the SOW including delivery and warranty information) and 2) Price 1. Technical. Meets specifications/salient characteristics listed in SOW. This factor will be determined through Government evaluation of the quoted equipment against the Governments minimum requirement as identified in the SOW. If the offerors quote is not an exact match to the line items, the quote must adequately identify the equipment s characteristics in order to confirm the offered equipment meets the Government's minimum needs. The Offeror shall provide an electronic copy of the cut sheets/manufacturer s specifications for all items quoted. These cut sheets/manufacturer s specifications shall contain adequate specifications for the Government to determine the product meets the specifications identified in the SOW. Not providing this information will render the quote technically unacceptable and, thus, ineligible for award. As a part of the technical evaluation, the Government will evaluate the authorization letter/document from the manufacturer that provides acknowledgement the Offeror is an authorized distributor/dealer of the equipment or products. Not providing this information will render the quote technically unacceptable and, thus, ineligible for award. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. 2. Price. Total evaluated price will be determined by multiplying the quantities identified for each CLIN by the proposed unit price for each Contract Line Item Number (CLIN). The extended amounts for each CLIN will then be added together to determine the total evaluated price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner. Specifically, the Government may first evaluate the total proposed price of all Offerors. Thereafter, the Government will evaluate the technical quotation of the lowest priced Offeror only. If the lowest priced Offeror s technical quotation is determined to be rated as Acceptable, the Government may make award to that Offeror without further evaluation of the remaining Offerors technical quotations. If the lowest priced Offeror s technical quotation is determined to be rated as Unacceptable, then the Government may evaluate the next lowest priced technical quotation, and so forth and so on, until the Government reaches the lowest priced technical quotation that is determined to be rated as Acceptable. However, the Government reserves the right to evaluate all Offerors technical quotations should it desire to conduct discussions, or otherwise determine it to be in the Government s best interest. (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.2.211-6, Brand Name or Equal The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30),(b)(33), (b)(42), (b)(47iii), (b)(55). VAAR 852.203-70, Commercial Advertising VAAR 852.211-73, Brand Name or Equal All quotations shall be sent via email to Contract Specialist Bernadette Bodzenta at Bernadette.Bodzenta@va.gov. Submission shall be received via email to: Bernadette.Bodzenta@va.gov. See date/time in the General Information section above. Faxed quotes will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Bernadette Bodzenta at Bernadette.Bodzenta@va.gov no later than 17 August 2018, 3:00 PM Eastern Daylight Time. No phone calls accepted. Point of Contact Bernadette Bodzenta at Bernadette.Bodzenta@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/36A77618Q9092/listing.html)
 
Document(s)
Attachment
 
File Name: 36A77618Q9092 36A77618Q9092_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542206&FileName=36A77618Q9092-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542206&FileName=36A77618Q9092-002.docx

 
File Name: 36A77618Q9092 SOW - DENTAL WORK STATIONS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542207&FileName=36A77618Q9092-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542207&FileName=36A77618Q9092-003.docx

 
File Name: 36A77618Q9092 ROOM DIMENSIONS DOC1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542208&FileName=36A77618Q9092-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542208&FileName=36A77618Q9092-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05035531-W 20180816/180814231027-45496a6de94a40b5b4fb87798aa711da (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.