Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

65 -- ULTRA SOUND SYSTEM FOR NEEDLE INSERTION

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-07-RQ-0033
 
Response Due
9/28/2006
 
Archive Date
10/3/2006
 
Small Business Set-Aside
Total Small Business
 
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 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-12. This is a 100% small business set-aside for commercial items under the North American Industry Classification System (NAICS) Code 334510, size standard >500 employees. The Louis Stokes Cleveland VA Medical Center is seeking ULTRA SOUND EQUIPTMENT, brand name or equal, for use in our NURSING DEPARTMENT. Line items with specifications are as follows: (1) SITE RITE V ONE PROBE ULTRA SOUND SYSTEM, item # 9760029, 5 ea; this system will allow for ultrasonic installation of IV needles and PICC lines. Bidders shall thoroughly review the specifications and include delivery time for specified requirements. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (Far 52.212.2 Evaluation) NOTE: The Government reserves the right to award without discussions; therefore submit you're most favorable terms with your quote. The combination of Technical and Past Performance elements are greater than the price element. Offeror shall provide the following, to be considered for the BEST VALUE selection. Technical: Acknowledgement of ability to acquire product; a copy of specifications for other than brand name product. Price Quote for each line item; Warranty: Indicate terms; Delivery: FOB Destination is requested, the government will arrange for a third party carrier if the estimated shipping cost is in excess of $250.  Please include DUNS number and TIN on quote. Please include all company information including a fax number to place orders. Please give an estimated date of arrival. 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 web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. 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. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply 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 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,  The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far.  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&mmlvarr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications-Commercial Items. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than 4:30 p.m. EST, by the specified due date listed above, by email to Richard.dahmen@med.va.gov or fax to 440-838-6052.  Technical questions will only be answered by e-mail. 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 http://www.ccr.gov.
 
Place of Performance
Address: 10000 BRECKSVILLE ROAD;BRECKSVILLE, OHIO
Zip Code: 44141
Country: USA
 
Record
SN01154698-W 20060928/060926220351 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.