Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOLICITATION NOTICE

65 -- INCONTINENT PADS

Notice Date
12/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
 
ZIP Code
55417
 
Solicitation Number
618-84-05
 
Response Due
1/10/2005
 
Archive Date
2/9/2005
 
Small Business Set-Aside
N/A
 
Description
65 Medical Supplies Incontinent Pads RFQ 618-84-05 Issue 12/8/04 Open 1/10/05 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. Under Statutory Authority 41 U.S.C. 253(c)(1) and in accordance with FAR 6.302 and VAAR 810.005, the proposed contract action is for Brand Name or Equal supplies for which the Department of Veterans Affairs Medical Center, Minneapolis, MN is seeking offers to provide INCONTINENT PADS. Contractor shall provide two line items. Item 1 - Incontinent Pad, Molimed, Brand Name or Equal, Medline #PHT168540, disposable, light protection, holds 300cc, absorbent padding composed of high density pulp layer with super absorbent polymer, 192s (28 per bag, 8 bags per case). Item 1 estimated quantity is 1200 cases. Item 2 - Incontinent Pad, Moliform, Brand Name or Equal, Medline #MSC168258, disposable, moderate protection, holds 1100cc, absorbent padding composed of high density pulp layer with super absorbent polymer, 92s. Item 2 estimated quantity is 120 cases. Descriptive Literature reflecting absorbency and component material is required. Bid samples are required and must be received at or prior to date of opening. Provide a minimum of three (3) bid samples for each line item. Contract period will be from date of award through September 30, 2005 with two 12 month options to extend. Offerors may submit separate pricing schedules for option years. Vendor will ship on an on-demand, as-needed basis. Delivery orders are anticipated to be placed approximately once per month. Deliver FOB Destination. Payment will be made by purchase order or Government Purchase Card (VISA). Deliver to the VA Medical Center, Warehouse (90D), Bldg. 70, One Veterans Drive, Minneapolis, MN 55417. Any resultant purchase is based on funds availability. The above FAR 6.302/VAAR 810.005 authority is cited and justification made based on the determination that the Government?s minimum needs can best be satisfied by Brand Name or Equal supplies. This procurement is being conducted under FAR Subpart 13.5 Test Program; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Offerors must refer to Solicitation # RFQ 618-84-05 on their submittals. Firms may identify their interest and capability to respond to this requirement by 2:30 p.m., January 10, 2005. This notice of intent is a request for Brand Name or Equal competitive proposals. The Government will consider proposals received on or before January 10, 2005. Offerors are reminded that it is permissible, and may be desired, that multiple offers be made against the same solicitation. Offerors are cautioned to make at least one proposal that directly responds to the solicitation and then, if desired, make a reasonable number of alternate proposals for consideration by the Government (Offeror MUST clearly identify each alternate proposal submitted as an alternate). Refer to FAR 52.215-1(f)(4) regarding the actions permitted the Contracting Officer to consider the number of proposals exceeding the number at which efficient competition can be conducted. 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. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. The Department of Veterans Affairs is currently implementing a Department-wide standardization program. As a result, VA is issuing National Consolidated Contract(s)/BPAs for standardized items. In the future, when any item in this contract is standardized under any National Consolidated Contract or BPA, the item will be deleted from this contract 30 days after written notice from the Contracting Officer. Additionally, in the event that these items are already standardized, this is unknown at the announcement of this solicitation, and this fact is revealed after announcement, this solicitation will be cancelled without further notice. Proposals should address number of days for delivery after receipt of order; all evaluation factors; names and telephone numbers of contractor personnel for ordering and problems; pricing; and a statement addressing VISA payment acceptance. The Government intends to make award to the offeror that is most advantageous to the Government's criteria. Evaluation factors are: evaluation of bid samples provided, descriptive literature, delivery time frame (shorter is better), past performance history, and price. Evaluation of bid samples may be subjective in nature. The acceptability of each item offered for evaluation will be determined solely by medical center staff. Award will be made to the offeror determined to be the "best value" and may be made with or without discussions. Offers and bid samples are due January 10, 2005, at 2:30 pm. NAICS code is 322291 and the small business size standard is 500 employees. Award will be firm fixed-price contract, FOB destination. The following incorporated clauses and provisions are those in effect through FAC 2001-25 and are applicable to this acquisition; 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. The full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.gov/oa&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; 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 MICHAEL OWEN, Contracting Officer (90C), VA Medical Center, Building 68, One Veterans Drive, Minneapolis, MN 55417 by 2:30 p.m. on January 10, 2005. Point of contact: Michael Owen (612) 725-2190.
 
Web Link
RFQ 618-84-05
(http://www.bos.oamm.va.gov/solicitation?number=618-84-05)
 
Place of Performance
Address: ONE VETERANS DRIVE
Zip Code: 55417
Country: United States
 
Record
SN00718488-W 20041210/041208211748 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.