Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

66 -- Orion Auto-Traverse Rotary Chair 36C252-25-AP-1850

Notice Date
3/6/2025 10:28:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25225Q0318
 
Response Due
3/20/2025 1:00:00 PM
 
Archive Date
04/04/2025
 
Point of Contact
Rebecca Picchi, Contract Specialist, Phone: 414-844-4800
 
E-Mail Address
rebecca.picchi@va.gov
(rebecca.picchi@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 Page 3 of 12 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 12 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 2024-3. This solicitation is set-aside for Service Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1250 Employees. The FSC/PSC is 6640 Laboratory Equipment and Supplies. The Great Lakes Acquisition Center, on behalf of the Captain James A. Lovell FHCC, 3001 Green Bay Rd, North Chicago, IL 60064-3048 is seeking to purchase a one-time buy for brand name Orion Auto-Traverse Rotary Chair. All interested companies shall provide quotations for the following BRAND NAME items. Please note additional submission instruction found on page 10 of this combined synopsis / solicitation. Quoters must provide an authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor, or reseller. Supplies/Services Table: Item Description Qty 0001 VisualEyes 525b T VisualEyes 525b T US USB Orion AT Desk US RF Chair 1 0002 Orion Autotraverse Orion Autotraverse Chair 110v Iso System Includes off-axis rotational chair, enclosure, goggles, software and assessories. 1 0003 Chair Printer Kit w/ Cart HP OfficeJet 200 Printer Chair kit 1 0004 OtoAccess Database 1 0005 Rotary Chair Installation 1 0006 Interacoustics Audiology Training Training to be done by Interacoustics trainer on-site at James A. Lovell Federal Healthcare Center. Training length to be 1 1/2 to 2 days. 1 Place of Delivery Captain James A. Lovell FHCC 3001 Green Bay Rd North Chicago, IL 60064-3048 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 (NOV 2021) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.233-2, Service of Protest (SEPT 2006) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to Attachment 2, ADDENDUM to 52.212-2 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 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 Items (NOV 2021) FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operations and Maintenance Manuals VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternate Protest Procedure VAAR 852.246-71, Rejected Goods VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.212-71, Gray Market Items (APR 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (SEP 2021) (DEVIATION) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAY 2022) Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Expected number of days ARO for items, installation, and training. Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor, or reseller. A completed copy of certificate of compliance for supplies and products at Veterans Affairs Acquisition Regulation (VAAR) 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products 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. All quotes shall be sent by Email to the GLAC, Contract Specialist Rebecca Picchi at Rebecca.picchi@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: Price Technical Veterans Involvement Speed of Delivery 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 3:00 p.m. Central Standard Time on March 20, 2025. Responses should be sent to the contract specialist Rebecca Picchi at Rebecca.picchi@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 Rebecca Picchi Contract Specialist Network Contracting Office 12 Rebecca.picchi@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5803afeee383484aa33ffb57f2597273/view)
 
Record
SN07363986-F 20250308/250307152931 (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.