Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4, 2000 PSA #2699
SOLICITATIONS

J -- MAINTENANCE GE MEDICAL SYSTEMS X-RAY AND CT EQUIPMENT

Notice Date
October 2, 2000
Contracting Office
Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417
ZIP Code
55417
Solicitation Number
RFQ-618-77-01-LK
Response Due
October 25, 2000
Point of Contact
Linda Kelly (612) 725-2183
Description
J MAINTENANCE OF GE MEDICAL CT AND X-RAY EQUIPMENT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation prepared and formal bid documents are not available. Under Statutory Authority 41 U.S.C. 253(c)(1) and in accordance with FAR 6.302 and VAAR 811 the Government anticipates entering into sole source negotiations with GE Medical Systems. The Minneapolis VA Medical Center (VAMC) has a requirement for a maintenance contract for GE Medical Systems equipment tubes and glassware for the period from November 1, 2000 to September 30, 2001 with four 12-month options to renew. The VAMC's requirement for maintenance includes all glassware (X-ray and CT tubes and image intensifiers) and labor, to be provided to the following GE Medical Systems equipment: AMX-4 Plus (9 each), Senograph DMR System (2 each), R&F (4 each) and CT HiSpeed-2X System . It is believed that for proprietary reasons that GE is the only company that can provide the required brand name supplies and service. The above FAR 6.302/VAAR 810.005 authority is cited and justification is made based on the determination that the Government's minimum needs can best be satisfied by Brand Name Only supplies. The VA will conduct the procurement according to a combination of FAR Par 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. Request for Quotations #RFQ-618-77-01-LK is assigned to this procurement. FSC Code JO65 applies and NAICS code is 541990-"Professional, Scientific & Technical Services" with a small business size standard of $5.0 million per year. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The authority cited above and justification made based on the determination that the Government's minimum needs can best be satisfied by services and supplies available from one source. Other persons may identify their interest and capability to respond to this requirement by 4:30 p.m., October 25, 2000. This notice of intent is not a request for competitive proposals; however, all interests received on or before October 25, 2000 will be considered by the Government. All responsible sources that can meet these requirements and provide services as listed may respond to this solicitation by submitting cost and technical proposals; include location and past performance history; additional evaluation factors are experience with projects of similar scope; knowledge of services, key people to be used, etc. Award will be firm fixed-price contract, FOB destination with payment in arrears on certified invoice. The government will award to obtain the best value for the government, price, price-related factors and past performance being considered. The following incorporated clauses and provisions are those in effect through FAC 97-19 and are applicable to this acquisition (past performance/references and price are equal evaluation items); Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with his/her offer. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following addresses: http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); FAR 52.212-1, Instruction to Offers Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.-217-6 -- Option for Increased Quantity; FAR 52.232-18 -- Availability of Funds; FAR 52.237-3 -- Continuity of Services; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; and 852.233-71 Alternate Protest Procedure. Original proposals shall be submitted to Contracting Officer (90C), VA Medical Center, Building 70, Room 4G-107, One Veterans Drive, Building 70, Minneapolis, MN 55417 by 4:30 p.m. on October 25, 2000. Written responses only -verbal responses will not be accepted. Point of contact: Linda Kelly (612)725-2183 and/or FAX (612)725-2072.
Record
Loren Data Corp. 20001004/JSOL001.HTM (W-276 SN503041)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on October 2, 2000 by Loren Data Corp. -- info@ld.com