SOLICITATION NOTICE
W -- Mobile Canon CT Lease - One Month VAMC Manchester, NH
- Notice Date
- 2/26/2025 12:24:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0289
- Response Due
- 3/5/2025 8:00:00 AM
- Archive Date
- 05/04/2025
- Point of Contact
- Kim McCarthy, Contract Specialist, Phone: 774-826-4806
- E-Mail Address
-
kim.mccarthy@va.gov
(kim.mccarthy@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 5 of 20 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 20 DESCRIPTION Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Page 20 of 20 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 2025-03. This solicitation is a brand name only 100% SDVOSB set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 621512 with a small business size standard of $19 million. The FSC/PSC is W065. The Department of Veteran Affairs, Manchester, NH is seeking to lease a mobile Canon Computed Tomography Imaging (CT) unit for one month in accordance with the attached Statement of Work and includes all expertise, equipment and supplies necessary to deliver and install the unit. All interested and OEM authorized companies shall provide quotations for the following in accordance with the included statement of work: Supplies/Services Line Item Description Quantity Unit of Measure 0001 Canon Aquilion Prime 80/160 in Mobile Trailer 1 Month 0002 Transportation 1 EA 0003 Training 1 EA 0004 Hard Drive Replacement 1 EA STATEMENT OF WORK/SPECIFICATIONS FOR MOBILE CT UNIT 1.0 OVERVIEW SERVICES: VA Manchester Medical Center (VAMC) requires the lease of a mobile Computed Tomography Imaging (CT) unit to address our CT scan needs while repairs are made in the current CT suite. The current CT unit will be undergoing upgrades for approximately one month. The contractor shall provide all expertise, equipment and supplies as necessary to deliver and install the mobile CT unit to the Manchester VA Medical Center, 718 Smyth Road, Manchester, NH 03104. The Contractor shall provide an Aquilion Prime SP and associated equipment (hereinafter referred to as a mobile unit). Above shall include a system scalable to 160 Slice Multiple Detector CT mobile scanner, which shall be delivered to the Manchester VA Medical Center at the aforementioned address. The CT system / Mobile trailer shall be set up in a location identified by the medical service point of contact identified on the contract. This agreement shall include all labor, material, tools, maintenance/repairs, equipment, hookup, delivery, and the complete removal of the mobile unit upon conclusion of the contract period. The Mobile unit shall be delivered and removed on a date and time mutually agreed upon between the POC and the Contractor. It is also agreed upon and understood that VA trained technologists will perform all scans on the Contractor furnished equipment. The VA will have on site access to the CT scanner 24 hours a day, 7 days a week (24/7) throughout the contract period. The Contractor shall be responsible to maintain all the equipment in good working order and shall reimburse the VA for any reasonable costs which may be associated with any defective workmanship or equipment failure as further defined herein. All required software updates/maintenance performed by the vendor must take place after 5:30 p.m. on weekdays and weekends. Contactor policies and procedures shall comply with all VA Privacy & Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA). 1.1 TERM OF CONTRACT: The contract is effective after award from the date specified (delivery date of item) for a one-month period. No service shall be performed by the Contractor prior to or after contract period, unless authorized by the Contracting Officer in writing. 1.2 TRAINING: Government or government contract personnel shall provide all patient services. The Contractor is required to provide all necessary training for full operation of the Mobile CT unit, if necessary. The Contractor shall make the necessary arrangements with the POC to schedule training sessions. Training sessions shall not be performed on weekends and federal holidays. 1.3 USE OF EQUIPMENT: It is agreed upon and understood that a qualified CT technologist(s) (who has completed and received the proper training on the use of the equipment) will be authorized to use the Contractor s furnished equipment 24/7 to perform a variety of CT exams. 1.4 PURPOSE: The intent of this procurement is to provide interim mobile CT lease to increase patient access to CT services during our current CT upgrade. Contractor s equipment shall be state-of-the art in order to achieve high quality scans utilizing low radiation dosing techniques for VA patient diagnosis. 1.5 CONTRACTOR S FURNISHED EQUIPMENT: Equipment shall be limited to a fully equipped Aquilion Prime SP where studies will be performed on the contractor s furnished equipment. The Contractor shall submit an equipment specification list of all equipment, including the CT Mobile Unit with his/her signed quotes as further detailed in Paragraph 1.7. Include name of manufacturer, model number, manufacturer s brochures, cut sheets, equipment specifications, and all pertinent data. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the POC. The entire offering of a CT Mobile lease shall meet all local, state, federal, and regulatory standards, internal or external, that the Manchester VA is currently accountable for. In addition, the CT Mobile unit shall meet the following specifications: Max width of mobile: 16 feet Max length of mobile: 50 feet Mobile unit shall be compatible with the following main electrical power specifications: 480V, 150A 3 phase, 125KVA, fused at 150, 4 pole 5 wire service in place with a Russelstoll outlet consisting of 4 #3/0 & 1 #6g, Maximum allowable line voltage variation is +/- 10 percent. Phase balance + 2% maximum, as per the OEM Site Guide. (Power needed is: 380, 400, 420, 440, 460 or 480 VAC, 50/60 Hz, 3-phase) 1.6 SYSTEM CAPABILITY REQUIREMENTS: The Contractor shall provide a Computed Tomography Imaging scanner which shall allow the personnel to perform a wide range of exams as listed below: Diagnostic CT imaging, but not limited to, all Body, MSK, Neuro. 1.7 SYSTEM NETWORKING INTERFACES: to be provided at no additional cost to the Manchester VA. Scanner and all associated equipment - Both hardware and software, which shall have ability to send Digital Imaging and Communications in Medicine (DICOM) images to VAMC PACS: System shall be able to send to multiple DICOM destinations System shall operate on Windows 10 operating system Shall act as a Service Class Provider (SCP) for third party workstations to pull DICOM The mobile unit shall be equipped with a DVD disk archival system however VA will be responsible for DVD Discs. The patient data and optical disk shall be the property of the Manchester VAMC and remain with the VA at the end of the contract term. The mobile unit shall be equipped with DVD-R burning capabilities as a backup, these backups shall be in DICOM format. Shall be compatible with DICOM Modality Worklist C-Find (MWL) to query exams 1.8 ACCESSORY EQUIPMENT: Accessory equipment that shall be provided by the Contractor: Handicap accessibility - via ramp or lift Intercom system between the control room and scanning room Medical gas outlets (1 outlet each of air oxygen and suction) in the CT room close to the head of the table Supply tanks/compressor for the source of the gases/suction shall be supplied with the mobile unit Changing area for patients within mobile unit (if available) CT Medrad Stellant Dual Injector which is compatible to the CT system provided 1.9 EQUIPMENT SPECIFICATIONS: The following minimum performance characteristics of the equipment are required: Brand name Canon is required in order to avoid the need to train staff that is already familiar with the use of this brand of CT, currently in use at the Manchester VA Medical Center. Aquilion Prime SP CT is also required for this mobile space in order to ensure ease of use and to prevent additional training for the clinical users. A Medrad Stellant Dual Injector brand is required in order to maintain consistent use of current stock of injector syringes that logistics currently has on contract with the vendor. Additionally, all sponges and table attachments shall be included. In this instance, the supplies to be included are: Head holder attachment Head stability sponges Footboard attachment Patient safety Velcro table straps Cardiac Monitor for Cardiac CTA EKG Leads for Cardiac Monitor Postprocessing workstation that is compatible with Vital Vitrea Imaging Workstation Additionally, the unit shall include, but not be limited to, the following specifications: The Gantry Gantry tilts ±30 degrees Large aperture: 78 cm Two scan fields of view Wide range of scan times provides greater flexibility for optimal image quality Control touch panel many functions can be controlled in-room for quick setup and improved workflow Noise, % at 25 mGy (2.5 rads) 440 lbs Other features include: Easy 3D Bone removal Maximum intensity projection (MIP) Minimum intensity projection Intensity volume rendering Quantitative Analysis Profile display of CT numbers along a selected line in the axial plane Distance measurement and display CT number display Histogram display Connectivity to PACS is required as well as all capabilities in the above document. Equipment provided shall also include the following: DICOM [connectivity / functionality between VABHS CareStream PACS] DVD disk archival system The Contractor shall be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA furnished services defined herein. The Mobile CT shall provide images with consistently high technical diagnostic quality which meet the standard of care. The Mobile CT unit shall be ready for use regardless of outside environmental conditions. The Mobile CT unit shall maintain a temperature as to assure proper operation of the scanner without frequent calibration and provide for patient comfort. Meet all federal, state, and local fire and safety requirements. Telecommunications: The mobile unit shall be equipped with an outlet connection capable of transmitting data and voice through a Government provided network cable. The Government will provide the connection required for the transmission of images, data, and voice - (PACS interface contact person shall be provided to the Contractor during the post-award orientation). 1.10 ADDITIONAL REQUIREMENTS/MOBILE CT UNIT: The Contractor shall provide a Mobile CT Unit that meets the following physical requirements: Has been approved by the FDA and meets or exceeds minimal standards for the type of equipment being provided as defined herein. The Contractor s Mobile CT shall provide the space enough for the monitoring of sedated patients and conducting CPR and code if needed. 1.11 VA PROVIDED UTILITIES/SERVICES: MANCHESTER VAMC SHALL PROVIDE THE FOLLOWING UTILITIES/SERVICES (IF NECESSARY) FOR OPERATION OF THE CT MOBILE UNIT: Maintenance of the site which meets the requirements for the system. Housekeeping during use of the mobile unit. Provision of electricity utilities, telephone service and network (HVAC, water and steam will NOT be provided). Provision of a Radiologist to oversee procedures, to protocol studies. VA Staff to respond medical emergencies. VA will be responsible for scheduling of patients to maximize patient throughput and will provide clerical support for scheduling, patient registration and other administrative responsibilities related to the CT Schedule. Provision of medical staff, when required, for procedures. Transportation of patients to/from their medical ward to the waiting area assigned to the CT service. Provision of medical supplies necessary to perform the procedure. Provision of standard protocols for CT technical staff and availability of radiologist to confer with regarding protocols. VA physicians will obtain any written consent that may be required in accordance with VA regulations. Canopy, walkway and covering for the safe transportation of patients to and from the hospital to the mobile unit 1.12 EQUIPMENT MAINTENANCE/REPAIRS: Equipment provided shall always be in good working order in order to provide high quality scans required under this solicitation and any resulting contract. Contractor shall be completely responsible for the preventive maintenance, emergency and general repairs, replacement of any defective parts/components, safety, cleaning, and upkeep of all equipment furnished by the Contractor. Preventative maintenance/repairs on the CT mobile unit and all associated equipment shall be performed in accordance with the Conformance Standards and manufacturer s recommendations. If the equipment should fail during normal working hours, emergency repairs shall be performed on-site by the Contractor s qualified service engineers within a four-hour response time in order to reduce equipment downtime. Contract price shall be reduced by pro-rated amount in the event that the contractor is unable to meet the response times stated herein or as mutually agreed upon with the POC based upon patient scheduling. Notwithstanding, if it is determined that the equipment cannot be repaired on site within an agreed upon period of time, the contractor agrees to replace the Mobile Unit within forty-eight (48) hours of equipment failure. Contract price will be adjusted for any days in which the equipment cannot be used. The Contractor will notify and coordinate with Radiology Service and Healthcare Technology Management (HTM) service of all maintenance being performed prior to starting the work. The contractor is required to sign in with HTM upon arriving on site and sign out with HTM upon leaving. The contractor will provide service records to HTM for all work done, including a service history of the device prior to use. All required software updates/maintenance (non-emergent) performed by the vendor must take place after 5:30pm on weekdays and weekends as to not interrupt patient access. VA shall be responsible for the overall housekeeping of the unit including but not limited to removal and proper disposal of all debris daily or as often as necessary to maintain a sanitized and neat environment in accordance with the Conformance Standards. 1.13 PARTS: The Contractor shall furnish and replace parts to meet times specified in this agreement. The Contractor shall maintain ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contractor shall include all parts required. The Contractor shall use new or rebuilt parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another piece of equipment shall not be installed without specific approval by the CO or the POC. Contractor s equipment shall be compatible with the VA existing equipment and/or systems in order to provide an interface between the Mobile CT Unit and the Contractor s equipment and the VA firewall. VA personnel will be assigned to the successful Contractor during the post award orientation to establish network connectivity from the trailer through the Manchester VA firewall. The Contractor and OIT official will discuss firewall security and patient data purging procedures from the Contractor s computer hard drives on the trailer unit. The Contractor shall comply with firewall security and patient data purging procedures determined to be applicable by the VA OIT official. All hard drives and removal media that store sensitive patient information will be turned into the VA at the conclusion of the contract period. CT Mobile Unit Driver shall be licensed as applicable to operate and drive the mobile vehicle in which the unit is housed. Contractor shall be responsible for delivery and set up of unit on site. Please note that there are space constraints related to the area where the trailer will be stationed, limiting the size of the delivery cab. 1.14 RECORDS AND CONFIDENTIALITY Records created by the Contractor in the course of treating VA patients under this agreement are the property of the VA and shall not be accessed, released, transferred, or destroyed except in accordance with applicable federal laws and regulations. Whenever possible, records and reports will be made available in digital form. The contractor shall provide the Manchester VAMC with the hard-drive system at the conclusion of the contract period. This shall be signed off by the facility s Security Officer (ISO) and Clinical Engineering (CE) services. The treatment and administrative records created by, or provided to the Contractor under this award, shall be covered by the VA system of records entitled Patient Medical Records- VA (24VA136). In responding to VA Patient requests that copies of their patient records be released to a third party, the Contractor shall refer the VA patient/family to the Release of Information Act (ROI), located within the VA Business office for response. 1.15 TORT CLAIMS The Federal Tort Claims Act does not cover the Contractor and/or its employees. When the group or its employees has been identified as a provider in a tort claim, the Group or Group Employee is responsible for notifying their own legal counsel and/or insurance carrier. Any subsequent settlement or judgment arising from a group or Group employee s act or omission under this agreement is the responsibility of the Group, Group employee and/or insurance carrier unless such act or omission was at the direction of the VA clinical staff member or other VA employee. 1.16 QUALITY CONTROL All studies shall conform to VA protocol established by VA Radiologists prior to any examination being performed. Studies will be performed according to Manchester VA protocols. VA estimates 35 CT exams to be completed daily. 1.17 INVOICES As full and complete compensation for the CT lease, the VA agrees to make payment on a timely basis during the lease period upon receipt of properly prepared invoices submitted by the Contractor as outlined. VA agrees to pay the rates specified by the delivery order award and any rate otherwise agreed mutually upon through modification of the award. Rates are inclusive of all medical supplies, technical fees, facility fees, and interpretative charges for the term of this agreement. Payment shall be made by electronic transfer of funds. All payments will be made monthly in arrears, after receipt of a properly executed invoice. Contractor shall submit an itemized monthly statement. All invoices shall contain the following information: Contract Number Obligation Number Type of service provided (by line item as shown in the schedule of supplies/services) Quantity of each line item Cost per type of service provided Date service provided Invoices shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests contained included in the RFQ and award document. Payment from the VA for services provided under this agreement shall be considered payment in full. The Contractor, unless specifically authorized by the VA, shall not pursue any further collection activities from any other source. Contract Period of Performance: 1 month Place of Performance/Place of Delivery Address: VAMC Manchester, 718 Smyth Road, Manchester, NH Postal Code: 03104 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 Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 November 2023 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services January 2025 The following subparagraphs of FAR 52.212-5 are applicable: 52.203-17, 52.204-10, 52.204-27, 52.209-6. 52.219-27, 52.219-28, 52.222-3, 52.222-26, 52.222-50, 52.223-23, 52.225-13, 52.226-8, 52.232-33, 52.240-1; 852.203.-70, 852.246-71, 852.219-73, 852.232-72, 852.232-72, 852.242-71, 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) 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. All quoters shall submit the following: Quote with delivery timeframe. All quotes shall be sent to Kim McCarthy, kim.mccarthy@va.gov. Award will be made on a lowest priced technically acceptable basis in accordance with the Statement of Work. The following are the decision factors: Price Responses should contain your best terms, conditions. Instructions to� Offerors Commercial Products� and� Commercial Services� (Sep 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; (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 laterdetermined 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 Standardiza...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/24f07c9dacd84fbdaf99f0f87611174d/view)
- Record
- SN07354291-F 20250228/250226230038 (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 |