Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

65 -- Fabius Tiro Anesthesia Machines

Notice Date
5/5/2021 7:57:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0525
 
Response Due
5/21/2021 12:00:00 PM
 
Archive Date
06/05/2021
 
Point of Contact
Thomas.Nicholls@va.gov, Thomas Nicholls, Phone: 843-789-7566
 
E-Mail Address
thomas.nicholls@va.gov
(thomas.nicholls@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24721Q0525 Posted Date: May 05, 2021 Current Response Date: May 21, 2021 at 3:00 p.m. (EST) Product or Service Code: 6515 | Medical and Surgical Instruments, Equipment and Supplies Set Aside (SDVOSB/VOSB): SDVOSB Authorized Vendors NAICS Code: 339112 | Surgical and Medical Instrument Manufacturing Contracting Office Address VISN 07 Network Contracting Office 7 325 Folly Rd Charleston SC 29412 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a BRAND NAME ONLY RFQ. Please see attached approved Brand Name Only justification. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03 effective Feb 16, 2021. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112- Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees. The FSC/PSC is 6515- Medical and Surgical Instruments, Equipment and Supplies. The Ralph H. Johnson VA Medical Center is seeking to purchase Fabius Tiro Anesthesia Machines All interested companies shall provide quotations for the following: Item Number Description Quantity LOCAL STOCK NUMBER Unit Price 0001 Fabius Tiro **Specif.national properties** Target country USA 120 V Power cable, 5 m 1 8606000 0002 Trolley mount version USA 1 OPC5386 0003 Vaporizer plug-in sys., single 1 OPC5199 0004 Pin Index cylinder sup. O2/N2O 1 OPC5198 0005 2nd RS232 port - COM2 1 OPC5236 0006 *** Ventilator & Display *** Software options in package PCV + PS + SIMV/PS 1 OPC5328 0007 Color screen 1 OPC5448 0008 Cosy 2.6 with heating 1 OPC5359 0009 COSY arm, length 200 mm, left 1 OPC5377 0010 Moisture reduction kit, left 1 OPC5220 0011 Flexible breathing bag arm 1 8605088 0012 Mech. airway pressure gauge 1 OPC5560 0013 Kit pressure port guards 1 8608016 0014 Spirolog, 5 pcs., CLIC Absorber adapter 1 MX50090 0015 AGSS 1 M33300 0016 AGS transfer hose, 1 m 1 M33295 0017 AGS rail clamp for GCX 1 4117515 0018 *** Endotracheal suction *** Kit vacuum suction, USA 1 4118454 0019 *** O2 therapy *** Auxiliary O2 flowmeter, US 1 OPC5020 0020 *** Hardware components *** Halogen light UL 1 8604122 0021 Halogen light holder 1 8607019 0022 Kit - Flip Up Tray 1 4118306 0023 Set of 2 handles, rail-mounted 1 8607596 0024 Park holder Draeger, 2 vap. 1 4115837 0025 Storage basket 1 8606438 0026 *** Monitoring *** w/ prep. for pat. monitoring Scio integr. w/o Monitor Cable holder 1 2606460 0027 ** result workstation setup ** * w/o Monitor + Scio int. Data cable 2 m, SUB-D9 F/M 1 8601473 0028 Sample gas return line 1 M32692 0029 *** Device version *** Scio Four Oxi plus 1 OPC5318 0030 Sample gas scaveng., hose 2 m 1 OPC5360 0031 *** Patient Monitoring *** Scio Integration Tiro 1 2603900 0032 Scio-Kappa cable, 1.8m 1 6871581 0033 Kit power outlet strip 1 8607840 0034 *** Equipment selection *** For Fabius Tiro With conversion kit - GCX rail 1 8606259 0035 Power strip JP/USA/CAN 1 G92558 0036 Hose Asm PEEP-Pmax-APL Byp LH 1 8607055 0037 CASTrGARD, small (Set of 4) 1 M36049 0038 Perseus A500 8 MK06000 0039 *** Main configuration *** Basic unit trolley based 8 MK08190 0040 Me.3-gas mixer, Adv.Cyl.Supp. 8 OPC5863 0041 Opt.Vapor Communication(2vaps) 8 OPC5760 0042 Quick Reference Guide 8 9055395 0043 *** gas supply *** For hanging gas cylinder Cylinder holder PinIndex 8 MK09838 0044 Pressure reducer O2, Pin Index 8 MK10222 0045 Pressure reducer AIR,Pin Index 8 MK10224 0046 Pressure reducer N2O,Pin Index 8 MK10223 0047 * Vent. & Monitoring options * SW option APRV 8 MK08311 0048 SW option Pressure Support 8 MK08317 0049 SW option Breathing Sound Em. 8 MK08316 0050 Flexible breathing bag arm 8 8605088 0051 *** Required accessories *** Inf. ID Flow Sensor, 5 pcs. Adapter for CLIC absorber Control valve NPT 8 8605566 0052 *** Endotracheal suction *** Endotrach. suction DISS, VAC 8 MP00686 0053 Mounting kit VAC suction 8 MK08653 0054 Suction acc.(hoop, tip holder) 8 MK10069 0055 *** Hardware components *** Anesthesia workstation light 8 OPC5769 0056 Pressure gauge 8 MK09494 0057 Drawer module large 8 MK09854 0058 Box with writing tray 8 MK08487 0059 ***Power socket strip PSS30*** Core unit JP/USA/CAN 8 OPC5888 0060 Power outlet screen 8 OPC5889 0061 Mounting Rod 8 OPC5890 0062 *** Patient Monitoring *** preparation w/ P2500 comprised: - power supply - Docking station M500 for Patient Monitor M540 - 2x System cable to connect Docking station M500 and Cockpit C500 orC700 with the power supply 8 OPC5648 0063 Mounting kit XL P2500 8 MK09585 0064 Swivel arm 400x400mm, M500 8 MK08599 0065 M500 accessories hook, 2 pcs. 8 OPC5649 0066 Swivel arm left, 300mm, VESA 8 G27411 0067 Recorder R50N with holder 8 MK08521 0068 Patch cable 8 MS32946 0069 Seminar Perseus A500 1 MQ09298 0070 POWER CORD, N.AMERICA, 5-15A 8 4321720 0071 Infinity ID WaterLock2 12 6872020 0072 Infinity ID Flow Sensor (5x) 1 6871980 0073 Infinity ID CLIC absorber Free 6 MX50120 0074 Hose ASM-02 DISS HAND 15L 9 4199591 0075 Hose ASM-N2O DISS HAND 15L 9 4199595 0076 Hose ASM-AIR DISS HAND 15L 9 4199593 0077 Hose ASM-VAC DISS HAND 15L 9 4199589 0078 Hose ASM-WAGD HAND DISS N 15L 9 MP20030 0079 Vapor 3000 8 M36500 0080 *** Selection of Vapor 3000*** * Isoflurane * Vapor 3000 Isoflurane 8 OPC5996 0081 Vapor 3000 8 M36500 0082 *** Selection of Vapor 3000*** * Sevoflurane * Vapor 3000 Sevoflurane 8 OPC5639 0083 Infinity Omega Monitor 16 MS25200 0084 ** Omega Solution ** Infinity DeltaXL + C700 + IE 16 OP90112 0085 ** Infinity Docking Station ** IDS with MIB & Power 16 OP90100 0086 ** Hardware Options ** With Keyboard / Mouse Rotary knob 16 MK31400 0087 Backup battery kit 16 MK31426 0088 Network cable (crossover), 2 m 16 5730176 0089 MIB CBL JULIAN/APOLLO/CICERO C 2 5736348 0090 MULTIMED PLUS OR 16 MS20094 0091 Multimed Pod Mount 16 MP00721 0092 MULTIMED PLUG CAP KIT, 10PCS 16 MS26099 0093 ECG EXTENSION SINGLE-PIN, 2M 16 MS16256 0094 HOLDER FOR SPO2 POD MASIMO X8 16 MS17084 0095 NBP extension hose, adult 3,7m 16 MP00953 0096 INFINITY MPOD-QUAD HEMO 8 MS20725 0097 POD COMMUNICATION CABLE 5M 8 5195198 0098 TRANSDUCER CABLE ABBOTT /MEDEX 32 MS22535 0099 PIVOT ARM 8"" W/ WALL CHAN 8 MS32858 0100 SHP ACC CABLE Y X8-X8 16 MS24539 0101 CABLE SCIO/IDS 1.5M 5 MS13865 0102 Fabius MRI 1 8607300 0103 *** Main configuration *** Fabius MRI, US 1 OPC5431 0104 *** Connections *** Central gas supply hoses Conversion kit RS232-LWL 1 8608376 0105 *** Ventilator & Display *** Arm COSY, 8"", w/ press. indic. 1 8607385 0106 Breathing bag arm, fixed 1 2607098 0107 Moisture reduction kit,left 1 OPC5220 0108 Moisture reduction kit, right 1 OPC5221 0109 With Breathing hose E 110cm 1 2166038 0110 With Breathing hose E 150cm 1 2166046 0111 *** Required accessories *** Sensor SpiroLife, 1 pcs. CLIC adapter 1 MX50090 0112 AGSS 1 M33300 0113 Transfer hose AGS-COSY, 1.5 m 1 M33296 0114 Holder for AGS 1 4117515 0115 COSY adapter for AGS 1 M29430 0116 *** Endotracheal suction *** Vacuum suction DISS 1 MK03140 0117 Rail mount ejector/VAC suction 1 4118555 0118 Kit GCX holder f. suction unit 1 8608100 0119 Set of handles, 2 pcs. 1 8607596 0120 Sample gas return set 1 M32692 0121 Adapter O2 DISS - Ohmeda 1 4119073 0122 Adapter N2O DISS - Ohmeda 1 4119070 0123 Adapter AIR DISS - Ohmeda 1 4119071 0124 Adapter VAC DISS - Ohmeda 1 4119072 0125 Adapter EVAC DISS - Ohmeda Length of CS hoses 20ft 1 4119074 0126 O2 CS hose 20ft DISSN / DISSN 1 4199714 0127 N2O CS hose 20ft DISSN / DISSN 1 4199713 0128 AIR CS hose 20ft DISSN / DISSN 1 4199712 0129 VAC CS hose 20ft DISSN / DISSN 1 4199600 0130 EVAC CS hose DISSN/DISSN 20ft 1 4199597 0131 CLIC absorber 800+ 6 MX00004 0132 Vapor 2000 2 M35054 0133 *** Selection of Vapor *** Isoflurane 2 OPC0095 0134 Plug-in adapter Auto Exclusion 2 OPC5417 0135 *** Accessories for Vapor *** Filling adapt.Draeger Fill Iso. 2 M36110 0136 Vapor 2000 2 M35054 0137 *** Selection of Vapor *** Sevoflurane 2 OPC0096 0138 Plug-in adapter Auto Exclusion 2 OPC5417 0139 *** Accessories for Vapor *** Filling adapt. Draeger Fill Sev. 2 M36120 0140 Innovian Anesthesia SW Opts **Specif.national properties** Target country USA ** System ** Clinical System Report Viewer Installed 1 MS26600 0141 ** Device Interface Options** Clinical Draeger Medibus I/F 10 MS16612 0142 ClinDragerDelta/Gamma/KappaIF 9 MS16614 0143 Medibus.X 2m accessory kit 8 MK09269 0144 SHP ACC CBL DRAEGER GAM/DEL X3 16 MS16596 0145 SHP ACC CBL DRAEGER MEDIBUS IF 1 MS16598 0146 IDS/CPS Cable, 25m 1 5194910 0147 SURGICALDISPLAYCONTROLLER (SDC) 1 MS31838 0148 Implementation Services 1 MQ00134 0149 3rd Party Hardware Mounts for Innovian for 8 Perseus, 4 existing Tiros and 1 new Tiro plus 2 monitor mounts for in workroom. ANESTHESIA MOUNTING ACCESSORY KIT 14 @ $2,000 EACH 1 MQ00921 0150 3rd Party Hardware Mounting for on 1 new and 4 Existing Tiros 5 / WS-0012-10C, 5 / WMM-0002-01C, 5 / WS-0012-10C, 5 /SI-0048-80, 5 / WM-0023-53, 5 / WM-0024-03C, 5 / SI-0032-10D, 5 / DR-0026-99, 5 / TPL-0001-01 GCX-0001-17 IMPORTANT: ADDITION OF DEVICES/HARDWARE TO THE ANESTHESIA MACHINE MAY ADVERSELY AFFECT STABILITY. IT IS THE RESPONSIBILITY OF THE HEALTHCARE INSTITUTION TO ENSURE THE ULTIMATE CONFIGURATION IS SAFE. GCX-0001-20 CAUTION: TO MINIMIZE TIP HAZARD DURING TRANSPORT OF THE ANESTHESIA MACHINE, ALL MOUNTING HARDWARE SHOULD BE POSITIONED AS CLOSE TO THE MACHINE AS POSSIBLE, PREFERABLY WITHIN THE FOOTPRINT/WHEELBASE-ALSO, REFER TO THE MANUFACTURER'S INSTRUCTIONS 1 MQ00921 0151 3rd Party Hardware GCX dual mount mobile cart 1 MQ00921 0152 3rd Party Hardware Top plate for 8 Perseus 8 / DR-0050-01 1 MQ00921 0153 Trade In Apollo w/monitor 7 0154 CIS Support 7AM to 3:30PM 8 hr shift 5 MQ90459 0155 Clinical Applicat.SuppAnesthesia.8hsegm. 5 1979570 0156 Freight Surcharge 1 1940228 Total Contract Price: Delivery shall be provided beginning 6 weeks after receipt of order (ARO) and will be FOB Destination. Place of Performance/Place of Delivery Charleston VA Medical Center Ralph H. Johnson VA Medical Center Address: 109 Bee Street Charleston, SC 29401 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 (Jan 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (JAN 2021) Alternate I (JAN 2021) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018] All offerors shall submit the following: Offer (pricing) for All Items Listed Letter explaining authorization from Draeger to distribute items required in CLIN schedule Include statement below in message, highlighted/circled in this form, etc. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. All quotes shall be sent to the Thomas Nicholls via email at Thomas.Nicholls@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. BASIS FOR AWARD: Award will be based on a comparative analysis of all offers received. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the price of offerors quote following an evaluation of technical acceptability of products proposed or any equivalent. Once the Government determines there is/are a contractor(s) that can provide equipment that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. Submission of your response shall be received not later than May 21st, 2021 @ 3:00 P.M. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contract Specialist listed below no later than the date and time listed. Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24921Q0525 Fabius Tiro Anesthesia requirement. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Questions must be submitted NO LATER THAN May 13th, 2021 @ 8:00 A.M. EST. Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Thomas.Nicholls@va.gov. No phone call shall be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38fbebfce6654c528b39ca4faf62eb00/view)
 
Place of Performance
Address: Charleston VA Medical Center Ralph H. Johnson VAMC 109 Bee Street, Charleston, SC 29401
 
Record
SN05992824-F 20210507/210505230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.