Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

65 -- 521-19-1-237-0010 Stryker Neptune 2 (VA-19-00014586)

Notice Date
12/3/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
LYNETTE LANE;Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
 
ZIP Code
35233
 
Solicitation Number
36C24719Q0150
 
Response Due
12/7/2018
 
Archive Date
3/16/2019
 
Point of Contact
LYNETTE.LANE2@VA.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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 on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is 36C24719Q0150. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-70 effective September 30, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 and Product Service Code (PSC) 6515. 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) (MUST BE REGIESTERED IN VIP; (b) veteran-owned small business (VOSB)(MUST BE REGISTERED IN VIP); (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. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The Department of Veterans Affairs, Birmingham VA Medical Center has a requirement for the following: PART NUMBER 0702014000 Neptune 3 Rover (120V) QUANTITY 10 EACH PART NUMBER 0703001000 Neptune 2 Docking Station (120V) QUANTITY 2 EACH These items are Manufactured by Stryker Corporation brand name or equal must be compatible with existing Neptune System. Neptune Salient Characteristics The Waste Management System must have the characteristics listed below. 0703001000- Neptune 3 Rover (120V) Must have interactive touch screen Must have rotating power washer Must have expanded suction range Must have dual 4L lighter canister Must have manifold suction range LED, 8 lines of suction Must have IV pole Must have Adjustable top display Must have SealShut Technology Must have Smoke evacuator Must have Manifold holster 0702014000 Neptune 2 Docking Station (120V) Must have internal rotating power washer Must have seamless integration; backward compatible Must have electromagnetic couplers Offers for the items described above are due by 9:00 am CST on December 7, 2018 to Lynette.Lane2@va.gov and must include solicitation number, FOB destination to the BVAMC, proposed delivery schedule, discount/payment terms, warranty duration, and DUNS number. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product (s) is other than domestic end product(s) as defined in the clause entitled Buy American Act Supplies, the offeror shall so state and shall list the country of origin. FAR 52.212-2 (OCT 2014) Evaluation Commercial Items- The following factors shall be used to evaluate offers: Technical Capability of the item offered to meet the Government requirement Price FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.233-2, 52.203-13, 52.203-17, 52.204-9, 52.228-5, 852.211-73, 852..219-10, 852.237-70, 852.246-70, 852.246-71, 52.211-16, 52.216-1, 52.222-41, 852.270-1, and 852.273-74. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/36C24719Q0150/listing.html)
 
Place of Performance
Zip Code: 35233
 
Record
SN05165147-F 20181205/181203230024 (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.