Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

70--70 -- IT Equipment

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-152-06
 
Response Due
7/10/2006
 
Archive Date
8/9/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-132-06 is issued as a Request For Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-10. This procurement is a Small Business Set Aside. The North American Industry Classification System (NAICS) Code 525990. The Cleveland VA medical center is in need for item that is listed in the statement of work. Statement of Work: This solicitation is for a system that is required to produce DICOM rich CD-R?s while custom labeling each CD-R with patient information and facility logo. This systems provides the ability to hand patients a copy of their x rays and radiology exams. Patients can then take the CD to their normal health provider for further assessment. Please quote brand name or equal. 52.212 2 EVALUATION COMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Vendor Submission to VA Vendor shall provide the following, to be reviewed for the Best Value Selection The following factors, listed in descending order of importance, to evaluate quotes: 1. Price PRICE: Price offer, to include Hourly, Overtime, and any additional costs that may be incurred NOTE: The Government reserves the right to award without discussions; therefore submit you?re most favorable terms with your quote. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions?Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications?Commercial Items. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than July 6, 2006 at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Daniel.Rakes@va.gov Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 12:00 pm. EST, July 10, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 3200 VINE STREET
Zip Code: 45220
Country: United States
 
Record
SN01082721-W 20060707/060705220416 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.