Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2024 SAM #8156
SOLICITATION NOTICE

65 -- IV Start Kits

Notice Date
3/25/2024 11:39:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0867
 
Response Due
4/5/2024 11:00:00 AM
 
Archive Date
05/05/2024
 
Point of Contact
Jonathan C. Ford, Contract Specialist, Phone: -
 
E-Mail Address
Jonathan.Ford1@va.gov
(Jonathan.Ford1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
(i) 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; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26224Q0867 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2021-04, January 19, 2021. (iv) This solicitation intends to award a contract through full and open competition after exclusions under a SDVOSB set-aside to a business associated with NAICS North American Industrial Classification System Code 339113 with a size standard of 750 Employees. (v) See Attachment A for a list containing the salient characteristics of all of the items contained in the IV Start Kits that are being requested. (vi) The Department of Veterans Affairs (VA) seeks to make a procurement for purchasing IV Start Kits for patients at the VA Greater Los Angeles Healthcare System. Offeror quotations must demonstrate meeting all of the specific items and quantities needed for this requirement. (vii) Delivery Requirements: Every three (3) weeks, twenty (20) cases per shipment. Place of Delivery: VA Greater Los Angeles Healthcare System, 11301 Wilshire Blvd. Building 500 Los Angeles CA 90073 Period of Performance/Delivery Timeframe: The period of performance will be for 8 months. All items must be shipped FOB Destination, and shipping cost must be identified as a sperate line item. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be submitted via email to the contract specialist at Jonathan.Ford1@va.gov no later than 11:00am Pacific Time on Friday, April 5, 2024. Subject Line for Offeror s submission shall read as follows: -36C26224Q0867_Offeror/Company Name. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than 3:30pm Pacific Time on Thursday, March 28, 2024. Offerors shall submit the following via email: Offerors shall review Attachment A conforming to requirements stated by the item description and the instructions below. Offerors shall complete the Price Worksheet Attachment B in its entirety providing pricing for each line item. Offers with excluded line items will be considered non-responsive and will not be considered for award. Attachment B must be returned as an excel worksheet as well as PDF format. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest priced quotation that meets all of the line-item requirements described herein and identified in attachment A and (any other stated requirements such as additional delivery requirements) that is both responsive and responsible. (b) The Government will evaluate offers for award purposes by adding the total price for all line items including shipping. The Government reserves the right to adjust the delivery schedule and or delivery location as needed via a contract modification in accordance with FAR clauses 52.243-1 and 52.249-8. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least sixty days, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) The following clauses also apply: 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days not to exceed a 50% of any and all line items within Attachment A. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) Grey Market Items (a) 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. (b) 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. (c) 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 to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, 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. (End of clause) In addition, the following clauses shall also apply: 52.232-33 Payment by electronic funds transfer system for award management Jul 2013 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Service of Protest Sep 2006 52.252-2 Clauses incorporated by reference Feb 1998 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2018 852.237-70 852.219-74 852.219-73 Contractor responsibilities Limitations on Subcontracting Monitoring and Compliance VA Notice of Total Set-Aside For Certified Service-Disabled Veteran-Owned Small Businesses Apr 1984 Jul 2018 Jan 2023 The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following provisions shall also apply: 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Oct 2016 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.217-5 Evaluation of Options Jul 1990 52.233-2 Service of Protest Sep 2006 852.233-70 Protest Content/Alternative Dispute Resolution Oct 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b272417cd62743b290b99630f8adc54c/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07008175-F 20240327/240325230055 (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.