Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2019 FBO #6477
SOLICITATION NOTICE

65 -- Digital X-ray Podiatry Systems Digital X-ray Podiatry Systems ( Standing Foot Unit )

Notice Date
8/16/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719Q0952
 
Archive Date
9/15/2019
 
Point of Contact
404-417-1736
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
2 The Department of Veterans Affairs Network Contracting Office (NCO) 07, Augusta VA Medical Center has a requirement for a Digital X-ray Podiatry Systems ( Standing Foot Unit ) The objective of the project is to provide two dual-digital radiography (DR) podiatric systems that will help increase imaging efficiency and quality and reduce liability of continuous panel movement The North American Industry Classification System (NAICS) code for this procurement is 337211 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers. Department of Veterans Affairs Atlanta VA Medical Center intends to award a Firm Fixed Price Contract for the Digital X-ray Podiatry Systems ( Standing Foot Unit ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 03 (eff. 06/12/2019). This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 337211 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers and the business size standard is 200.   PLEASE address each salient characteristic as your item must meet or exceed each specification. This RFQ will be Awarded based on LPTA; No Grey Item Retailer(s); must be authorized dealers at time of the publishing of this RFQ. ITEM DESCRIPTION: Digital X-ray Podiatry Systems ( Standing Foot Unit ) SALIENT CHARACTERSITICS: Fully Digital dual detector panel standing foot unit Podiatry specific rad software DICOM Image viewer software Wireless digital detectors Artifact free high image quality warranty on digital detectors Shorter exposure time cutting down dosage received by the patient Diagnostic viewer workstation Monitor *Contractors providing equal products shall provide descriptive literature describing equal characteristics and must be compatible with current system. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2018), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Quotes shall be submitted via email to richard.bogle@va.gov. All quotes and additional required documentation are to be received no later than 9:00 AM (EDT) Eastern Daylight Time on August 26, 2019. 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008). Provisions incorporated by reference are: 52.204-7 System for award management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2016) [all solicitation that include 52.204-6 or 52.204-7]. 52.211-6 Brand Name or Equal (AUG 1999) [use when brand name or equal purchase descriptions are included] Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.243-1 Changes Fixed Price (AUG 1987); 852.203-70 Commercial Advertising (MAY 2018); 852.246-70 Guarantee (OCT 2018) Please ensure to reference RFQ # 36C24719Q0952 on solicitation 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. 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. 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 enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA selection, 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-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/spg/VA/AtlVAMC/VAMCCO80220/36C24719Q0952/listing.html)
 
Place of Performance
Zip Code: 30904
 
Record
SN05408093-F 20190818/190816230029 (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.