Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

65 -- Medical Equipment (2)

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device 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-0037
 
Response Due
9/29/2006
 
Archive Date
10/1/2006
 
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 VA-541-07-RQ-0037 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) 2005-12. This procurement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 334514 and the Business Size Standard is 500 employees. The Veterans Affairs, VA medical center, Cleveland, intends to solicit and make award for products/supplies to be utilized at the Louis Stokes VA Medical Center Cleveland (Wade Park Unit), 10701 East Blvd., Cleveland, OH 44106. The products include: MapCheck XY Table, Quantity - 1, Unit - EA MapCheck 4D Software, Quantity - 1, Unit - EA 52.2122 EVALUATIONCOMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Importance of Evaluation Factors in Descending Order: Price Price: Vendor shall price each item stated in the statement of work separately as well as provide a total cost. Vendor shall also include and state any delivery costs associated with the requirement. Vendor shall also state all costs associated with installation, training and delivery separately and include in the total cost. NOTE: The Government reserves the right to award without discussions; therefore submit you're most favorable terms with your quote. 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 contact 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. 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 September 28, 2006 at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@med.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, 10:00 AM EST, September 29, 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: Wade Park Unit;10701 East Blvd;Cleveland, OH
Zip Code: 44106
Country: US
 
Record
SN01155799-W 20060929/060927220438 (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.