SOLICITATION NOTICE
65 -- Equipment-NJ Ophthalmic Chairs and stand (VA-25-00040299)
- Notice Date
- 2/4/2025 12:58:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0301
- Response Due
- 2/10/2025 12:00:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Lorraine Hussain, Contracting Officer, Phone: 585-393-8526
- E-Mail Address
-
Lorraine.Hussain@va.gov
(Lorraine.Hussain@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 FAC 2025-02 (01/03/2025) This solicitation is a total set-aside for Service-Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a small business size of 1,000 employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment and Supplies. The Lyons NJ VAMC is seeking to purchase a Brand Name or equal requirement for Exam chairs Reliance FX-920-L #20 Pearl with Black cushions, Chair Glides, Reliance stands and white glove delivery and installation for their Optometry clinic. All interested companies shall provide quotations for the following: Line-Item Number, Description details, Quantity, Unit of Measure, Unit of Price, Total Price, and Grand total Price. Please ensure that your quote covers the cost for everything requested in the SOW. We must see the breakdown of every line item. STATEMENT OF WORK (SOW) Unit, Exam, Eye w/Motor Chair VA NJ HCS Lyons Campus Ophthalmology & Optometry Sections at VA New Jersey Health Care System Lyons Campus are requesting 4 Brand name or Equal Lane Reliance Chair and stands with an authorized vendor to supply, assemble, and install the item(s) identified in Table 1 below. At the Lyons Eye Clinic, there are 4 exam rooms used by doctors. At present, all 4 of our chairs are at the end of life. All 4 chairs have tears with electrical issues that presents a hazard to patient care and identified as infection control issues. The chairs are specialized chairs which must be sturdy enough for patients of all weights and which can be adjusted for the varied patients seen in the Eye Clinic. They must be adjustable up and down for patients of different heights and to optimize examination of different parts of the eye. They also must be able to recline to optimize examination of different parts of the eye. The chairs linked with the equipment stands that are needed to operate the chairs and must be compatible. The chairs should be wheelchair accessible with gliders to accommodate such patients. This is a Brand Name or Equal Requirement. Reliance Chair and Stands is the basis of design. Table 1 Package Items Summary Item # Item Description Part # (basis of design) Quantity 1 Reliance FX-920-L Chair, #20 Pearl, Requires Upholstery includes white glove delivery, assembly and installation onsite. color CS0RLFX920U CS0RLFX920L20 4 2 Reliance FX920 Cushion Set, #301 Black CS0RLFX920UBL 4 3 Reliance 942 Chair Glide CS1RL942 4 4 Reliance 7900-IC Floor Unit - with Wheelchair Modification #20 Pearl CS0RL7900ICW20FG 4 VA NJ Point of Contact: Dr. Catherine Chiu, Optometrist 908-647-0180 x 214590 Ship to address ATTN: WAREHOUSE VA MEDICAL CENTER 151 Knollcroft Road Building 13 Lyons NJ 07939 Bill to address FMS (561) (ref po number) PO BOX 149971 AUSTIN, TX 78714 Requirements 4 Reliance Chair and Stand Warranty: One year minimum required. Manuals: at NO CHARGE FOB: Destination Time of delivery: On or before 30 days ARO. VA Maintenance/Installation Contract Requirements A prohibition on unauthorized disclosure: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. See VA handbook 6500.6, Appendix C, paragraph 3.a A requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COTR, the designated ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a A requirement to pay liquidated damages in the event of a data breach: In the event of a data breach or privacy incident involving SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages for a specified amount per affected individual to cover the cost or providing credit protection services to those individuals. See VA handbook 6500.6, Appendix C, paragraph 7.a., 7d. A requirement for annual security/privacy awareness training: Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall complete on an annual basis wither: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA s security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the contractor. If the contractor provides their own training that conforms to VA s requirements, they will provide the COTR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in the VA s contract have received their annual security/privacy training that meets VA s requirements and the total number of employees trained, See VA Handbook 6500.6, Appendix C, paragraph9 A Requirement to sign VA s Rules of Behavior: Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on annual basis an acknowledgement that they have read understand, and agree to abide by VA s Contractor Rules of Behavior which is attached to this contract. See VA Handbook 6500.6, Appendix C, paragraph 9, Appendix D. Note: If medical device vendor anticipates that the services under this contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor s designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems. This acquisition does not require services that involve connection of one or more contractor-owned IT devices to a VA internal trusted network. The C&A requirements do not apply, and that a security Accreditation Package is not required. Required Specs Salient Characteristics: Ophthalmic Stand Qty 4 Provide maximum access to patients and compatibility with Reliance chairs Includes chair controls with three wells, 3-3.5V charging for handheld instruments Arm for slit lamp that allows adjustment with a single hand - 12 vertical travel with can counterbalance instruments 12-60 lbs and can be raised/lowered Arm for upper refactor with 10 vertical movement and supports 20-50 lbs Backlit membrane switches Halogen lamp with arm adjustments Wheelchair access with glider complying to ADA standards Ophthalmic Chair Qty 4 Power base and top. Use finger switches or corded foot switch to raise, lower or tilt chair Auto return button returns chair to the upright position Membrane switches and rotation lock control all operations of the chair from a sitting or standing position Armrest locks Release mechanism allows patients to sit or leave from either side of chair Hydraulic base supporting 600lbs Concave headrest for allowing for diagnostic views VA Patient Privacy and Network Infrastructure None of the equipment listed within this procurement package will access the VA Network or store any sensitive patient information. Any contractors that will come on-site for install will not need access to the VA network. All contractors must comply with VA regulation and complete the following training: ""VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or use to VA Sensitive Information."" Reference the attached Handbook 6500.6 Appendix A - Checklist for Information Security in the initiation phase of acquisitions. The system does not transmit or maintain electronic Protected Health Information. A Manufacturer Disclosure Statement for Medical Device Security (MDS2) form is not applicable. 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 Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 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 provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum FAR 52.212-1) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEPT 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� solicitation. However, the small business size standard for a concern that submits an� offer, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1)Is set aside for small business and has a value above the� simplified acquisition threshold; (2)Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3)Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� offers. Submit signed and dated� offers� to the office specified in this� solicitation� at or before the exact time specified in this� solicitation.� Offers� may� be submitted on the� SF 1449, letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� offers� must� show (1)� The� solicitation� number; 36C24225Q0301 (2)� The time specified in the� solicitation� for receipt of� offers; (3)� The name, address, and telephone number of the� offeror; (4)� A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; (5)� Terms of any express� warranty; (6)� Price and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Solicitation� Amendments; (10)� 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 (11)� If the� offer� 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.� Offers� that fail to furnish required representations or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� 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. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� offers. 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 preaward testing. (e)� Multiple� offers.� Offerors� are encouraged to submit multiple� offers� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� offer� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� offers. (1)� Offerors� are responsible for submitting� offers, and any modifications, revisions, or withdrawals, 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� offers� or revisions are due. (2) (i)� Any� offer, modification, revision, or withdrawal of an� offer� received at the Government office designated in the� solicitation� after the exact time specified for receipt of� offers� is ""late"" and will not be considered unless it is received before award is made, the� Contracting Officer� determines that accepting the late� offer� would not unduly delay the� acquisition; and- (A)� If it was transmitted through an� electronic commerce� method authorized by the� solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working� day� prior to the date specified for receipt of� offers; or (B)� There is acceptable evidence to establish that it was received at the Government installation designated for receipt of� offers� and was under the Government s control prior to the time set for receipt of� offers; or (C)� If this� solicitation� is a request for proposals, it was the only proposal received. (ii)� However, a late modification of an otherwise successful� offer, that makes its terms more favorable to the Government, will be considered at any time it is received and� may� be accepted. (3)� Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the� offer� wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4)� If an� emergency� or unanticipated event interrupts normal Government processes so that� offers� cannot be received at the Government office designated for receipt of� offers� 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� offers� 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. (5)� Offers� may� be withdrawn by written notice received at any time before the exact time set for receipt of� offers. Oral� offers� in response to oral� solicitations� may� be withdrawn orally. If the� solicitation� authorizes facsimile� offers,� offers� may� be withdrawn via facsimile received at any time before the exact time set for receipt of� offers, subject to the conditions specified in the� solicitation� concerning facsimile� offers. An� offer� may� be withdrawn in person by an� offeror� or its authorized representative if, before the exact time set for receipt of� offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the� offer. (g)� Contract award (not applicable to Invitation for Bids). The Government intends to evaluate� offers� and award a contract without discussions with� offerors. Therefore, the� offeror s initial� offer� should� contain the� offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the� Contracting Officer� to be necessary. The Government� may� reject any or all� offers� if such action is in the public interest; accept other than the lowest� offer; and waive informalities and minor irregularities in� offers� received. (h)� Multiple awards. The Government� may� accept any item or group of items of an� offer, unless the� offeror� qualifies the� offer� by specific limitations. Unless otherwise provided in the Schedule,� offers� may� not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the� offeror� specifies otherwise in the� offer. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� offers� that exceed the� micro-purchase threshold, and� offers� at or below the� micro-purchase threshold� if the� solicitation� requires the Contractor to be� registered in the System for Award Management (SAM).) The� Offeror� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Offeror's name and address. The� Offeror� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Offeror� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Offeror� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Offeror� should� indicate that it is an� offeror� for a Government contract when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. Questions: Request for Information (RFI)/questions shall be submitted in writing via email to Lorraine Hussain at Lorraine.Hussain@va.gov. Telephonic questions will not be accepted. Request for Information/Questions will not be accepted after February 6, 2025, 10:00 AM EST. Questions will be answered in an amendment to the solicitation. Submission Instructions: Technical packages (proposals) must be received not later than Februaray 10th, 2025, 3:00 PM EST. The government will only accept electronic submissions via email. Send all quotations to Lorraine.Hussain@va.gov. The email subject line must identify Solicitation 36C24225Q0301. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offers that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions shall include: a. Completed acknowledgement of amendments sections (if applicable). b. A technical submission to describe the offeror s capability and experience in delivering the services in the Statement of Work (SOW) via 52.212-2 Evaluation of Commercial Items section. c. Past performance information via 52.212-2 Evaluation section. d. Completed Section Price/Cost Schedule. e. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. (End of Provision) 2. FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous and best value to the Government, given price and other factors considered. Comparative analysis may be used. The following factors shall be used to evaluate quotations: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. The technical capability will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the SOW, solicitation, and based on the information requested in the instructions to quoters section of the solicitation. The Contractor must demonstrate in their technical capability the understanding of this requirement needs by providing a capability statement with relevance of the scope of work regarding the Medrad preventative maintenance as stated in the SOW. Specific Scope of Work: The quoter will be evaluated on how well their technical capability statement demonstrates how the vendor will meet the needs of this requirement for Medrad preventative maintenance as specified in scope of work. See the SOW. Technical Experience: The quoter will be evaluated on how well their technical experience reflects that the offeror is a firm who regularly is engaged in the performance of work as stated in scope of work and complexity. The Offeror's experience will be evaluated on their proficiency in performance of the duties as requested. Authorization: Provide documentation the vendor performing the services have been trained, authorized and licensed by Bayer Healthcare to provide preventative maintenance and calibration on equipment specified in SOW. Past Performance: The offeror will provide at a minimum three past performance of similar scope or complexity. Information to include a description of work done. The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (End of Addendum to FAR 52.212-2) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (NOV 2023) 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 Products and Commercial Services. 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 PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) Addendum to FAR 52.212-4- Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) 52.225-1 BUY AMERICAN SUPPLIES AND PROVISION 52.225-2 BUY AMERICAN CERTIFICATE 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) SOLICITATION PROVISIONS The Provision at 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024). {end of addendum} 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES (DEC 2023) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023), applies to this acquisition. Addendum to FAR 52.212-1, The following provisions incorporated into this addendum by reference in accordance with FAR 52.252-1. 52.212-2 EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV2021) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEPT 2023) 52.216-1 TYPE OF CONTRACT (APRIL 1984) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) All quotes must be sent to the NCO 2 at Lorraine.Hussain@va.gov. Award will be based in accordance with the Simplified Acquisition Procedures of FAR 13. The quotes will be evaluated by LPTA as well as the technical criteria included in the SOW. 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 responseshall be received not later than February 10, 2025 3:00pm EST at Lorraine.Hussain@va.gov. Telephonic communication will not be accepted, all and any matter regarding this combined synopsis/solicitation must be sent by email to Lorraine.Hussain@va.gov. 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 Lorraine Hussain, Contracting Officer, 585-393-8526, and Lorraine.Hussain@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/21f3935a7e8e4f09b61cacfae5bf14f1/view)
- Place of Performance
- Address: Lyons NJ VAMC 151 Knollcraft Rd., Lyons 07939-5001
- Zip Code: 07939-5001
- Zip Code: 07939-5001
- Record
- SN07332469-F 20250206/250204230034 (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 |