Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
MODIFICATION

65 -- Carestream Dental X-Ray Sensors and License Server Brand-Name Only

Notice Date
2/15/2024 8:15:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0286
 
Response Due
2/19/2024 7:00:00 AM
 
Archive Date
04/19/2024
 
Point of Contact
Fred Revah, Contracting Specialist, Phone: 207-623-8411
 
E-Mail Address
frederic.revah1@va.gov
(frederic.revah1@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 Effective March 16, 2023. This solicitation is set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 750 Employees. The FSC/PSC is 6520. The Department of Veterans Affairs, Network Contracting Office 1, located at Augusta ME, in support of VISN 01, seeking to purchase Carestream RVG 6200 Dental X-Ray Sensors and Server License - Brand-Name only. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 License server >20 users DICOM CSI8 - 5942966 2 EA 0002 RVG 6200 SIZE 1 COMPLETE KIT - 1065796 40 EA 0003 RVG 6200 SIZE 2 COMPLETE KIT -1065804 1 EA Delivery shall be provided no later than 90 days after receipt of order (ARO). FOB Destination. Place of Performance/Place of Delivery Address: 150 South Huntington Ave Boston, MA 02130-4817 Country: UNITED STATES 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 (MAR 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (DEC 2022) 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 (DEC 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2023) VAAR 852.212-71 Gray Market Items. Gray Market and Counterfeit Items (FEB 2023) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) All quoters shall submit the following: Quote, authorized distributor letter, warranty information, delivery information. All quotes shall be sent to NCO1 Contracting Specialist Fred Revah - Frederic.revah1@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. The following are the decision factors: Pricing Alone The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. Submission of your response shall be received not later than February 19th, 2024 at 10:00 AM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 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 Contracting Specialist, Fred Revah, Frederic.revah1@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be957d2041f04b5c817dec5f65124963/view)
 
Place of Performance
Address: Boston VA Healthcare System 150 South Huntington Ave, Jamaica Plain 02130-4817, USA
Zip Code: 02130-4817
Country: USA
 
Record
SN06966762-F 20240217/240215230048 (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.