Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2019 FBO #6458
SOLICITATION NOTICE

65 -- 36C25819Q0346 Safe Label Printer

Notice Date
7/28/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;4135 S. Power Road, Suite 103;Mesa AZ 85212
 
ZIP Code
85212
 
Solicitation Number
36C25819Q0346
 
Response Due
8/5/2019
 
Archive Date
9/4/2019
 
Point of Contact
Abdalia.Smith@va.gov
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Items 36C25819Q0346 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25819Q0346 Posted Date: 07/28/2019 Solicitation Close Date: 08/5/2019 5:00 PM AZT (Arizona Time) Product or Service Code: 6515 Surgical and Medical Equipment Manufacturing Set Aside: None NAICS Code: 339112 Surgical and Medical Equipment Manufacturing Contracting Office Address Department of Veteran Affairs NCO 22-Gilbert 4135 S Power road #103 Mesa, AZ 85212 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 in this notice. This announcement constitutes the only solicitation for quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02_2. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees. The Phoenix Arizona Health Care System is seeking to purchase a Safe Label System. All interested companies shall provide quotes for the following: Supplies Line Item Description Quantity Unit Total Price 0001 Safe Label System 4 EA 0002 Safe Label System Starter Kit, Contains 1 ink Cartridge and 1 Roll of Standard Print Labels 60mm X 20mm 4 KT 0003 Administer Mode feature key 4 EA 0004 Safe Label System shelf with drawer for mounting on an anesthesia cart, including mounting kit compatible with the Omnicell AWS XT Cabinet 4 EA 0005 Wi-Fi Option 4 EA 0006 Email Notify Key 4 EA 0007 Safe Label System Operating Software Ordering Instructions 1 EA 0008 Installation and Training 1 EA STATEMENT OF WORK The Phoenix Arizona Health Care System has a requirement for a safe labeling system that is compatible with Omnicell AWS XT cabinets, to ensure seamless pharmaceutical operations, as these are the cabinets that are utilized within the hospital. The contractor shall provide all materials, equipment, and transportation necessary to satisfy this request. The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications. All equipment must match or equal the specifications identified below. New Equipment ONLY; NO remanufactured or "gray market" items. Specifications System: Integrated touch screen computer, 2D barcode scanner, color ink jet printer, audio feedback and network capable (Ethernet standard, Wi-Fi optional) Power: Universal Input: 100-240 VAC, 50/60 Hz Dimensions: 10.43 (26.5 cm) W, 15.67 (39.8 cm) D, 16.50 (41.9 cm) H Weight: 14.5 lbs. (6.6kg) Regulatory: FDA cleared to market per 510(k) K101439, Class II MDD CE, GMP/QSR, ISO13485: 2003 Safety IEC/EN 60601-1 and EMC/EMI (EN 55011(A), and EN 60601-1-2 for Healthcare Facilities Readable Bar Codes: Code 128, GS1-128, Data Matrix, UPC-A, UPC-E, EAN-13, EAN-8, GS1 DataBar Family, Interleaved 2 of 5, ITF-14, Code 39, Code 32, ISBT 128, QR Code Writable Bar Codes: Data Matrix, EAN-13/UPC-A The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. Delivery shall be provided 30 - 60 Days ARO. The contractor shall deliver item to: Place of Performance Department of Veterans Affairs Phoenix VA Healthcare System 650 E Indian School Rd Phoenix AZ 85012 Award shall be made to the quoter whose price is the lowest and meets all requested salient characteristics. The government will evaluate information based on the following evaluation criteria: meeting all listed salient characteristics and price. Per FAR 52.212-2, Evaluation-Commercial Items The full text of FAR provisions 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 (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019) Please see attachment A for complete listing of clauses, provisions, and statutes that apply to this RFQ. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submissions shall be received not later than 5:00 PM AZT, 08/5/2019 at abdalia.smith@va.gov. Quotes will only be accepted via email. Hand delivered or mailed quotes will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No late quotes will be accepted Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Specialist, Abdalia Smith, at abdalia.smith@va.gov, not later than 2:00 PM AZT 7/31/2019. Point of Contact Contracting Specialist, Abdalia Smith at abdalia.smith@va.gov. Prospective Offerors are notified that verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX. must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award. Additionally, any/all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUL-2019); 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/notices/d95ef1b08325e27413066b9578e7930f)
 
Place of Performance
Zip Code: 85012
 
Record
SN05384037-F 20190730/190728230003 (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.