Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

65 -- Contrast Injector Avanta Table Mount System

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA-256-07-RQ-0098
 
Response Due
8/3/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
CLASSIFICATION CODE (Required) 65 SUBJECT (Required) Contrast Injector Avanta Table Mount System GENERAL INFORMATION Zip Code (Required): 71101 Document Type: Combined Synopsis/Solicitation Solicitation Number (Required): VA-256-07-RQ-0098 Response Date (MM-DD-YYYY): 08-24-2007 Set-Aside (Required): 13 NAICS Code (Required): 334517 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Overton Brooks VA Medical Center 510 East Stoner Avenue Shreveport LA 71101 DESCRIPTION SEE ATTACHMENT POINT OF CONTACT (Required) POC Information Automatically Filled from User Profile Unless Entered Below. Patricia J. Kim Overton Brooks VAMC A&MMS (90C) 510 East Stoner Avenue Shreveport, LA 71101 Office: 318-424-6107 Fax: 318-424-6078 PLACE OF PERFORMANCE Address: 510 East Stoner Avenue Shreveport, LA Postal Code: 71101-4295 Country: USA ADDITIONAL INFORMATION Link: Description: E-mail: patricia.kim@va.gov Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation VA-256-07-RQ-0098 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. No telephone offers will be accepted. Only written offers received directly from the requester are acceptable. If submitting by FAX, you may send your offer to 318/424-6078, ATTN: Patricia J. Kim. The North American Industry Classification System (NAICS) Code 334517. This size standard is 500 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. The proposed solicitation listed is a 100% Total Veteran Owned Small Business set-aside. If no acceptable offers are received from SDVOSB, then acceptable VOSB offers will be considered. If no acceptable VOSB offers are received, small business offers will be considered. Contractors are encouraged to submit offers accordingly. Item 0001 - Manufacturer: Medrad, Contrast Injector Avanta Table Mount System, Model: AVA 500 TABL, 1 each @ $____________; Including: Item 0002 - 3011249, Cord, AC, 125V/15A, HSPTL, Grade, Grey, Clr, 1 each; Item 0003 - 78101-00BM-01, Product Info Pack, 110V, 1 each; Item 0004: 202983, Manual, Operation, MEDRAD Avanta (EN), 1 each; Item 0005: AVA 500 D50, DCU Extension Cable, 50 ft.; Item 0006: AVA 500 HP50, Power Head Extension Cable, 50 Ft; Item 0007: AVA 500 HC50, Communication Head Extension Cable, 50 Ft.; Item 0008: AVA 500 SYRH, 1 ea; Item 9: Installation Avanta Table Mount, Model: Ins AVT 1 each @ $_____________; Item 0010: - Service and Operations Manual, 1 each, No Charge. Equal items require specification sheets, manufacturer and part numbers. Delivery is to be FOB Destination to Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport LA 71102. Offeror proposed delivery date is __________ calendar days after receipt of award. FAR 52.252-2, Clauses Incorporated by Reference (1998) - incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Incorporated herein by reference the following FAR Clauses and Provisions apply to this acquisition: 52.204-9, Personal identity Verification of Contractor personnel (NOV 2006); 52.211-6, Name Brand or Equal; 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006) - offerors must comply with all instructions contained in this provision; 52.212-2, Evaluation - Commercial Item - The Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technically acceptable (2) Price and (3) Delivery. Technically acceptable is more important than price and delivery. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples if applicable, technical features and warranty provisions. Delivery will be considered as of equal importance. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. FAR 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (a) Definition. In accordance with 38 U.S.C. 8127, for the Department of Veteran Affairs, "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses) (38 U.S.C. 8127(h) and (k)(2)(A)(i)); and (ii) The management and daily business operations of which are controlled by one or more service-disabled veteran (or eligible surviving spouse) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran (38 U.S.C. 8127(h) and (k)(2)(A)(ii)); and (iii) The business meets federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document (38 U.S.C. 8127(k)(1)); and (iv) The business is listed in the VetBiz.gov Vendor Information Pages, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) "Surviving Spouse" is an individual as defined in 38 U.S.C. 101(3). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that, in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spend on the concern's employees or the employees of other service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran-owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned for the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (a) Definition. In accordance with 38 U.S.C. 8127, for the Department of Veteran Affairs, "Veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans (or eligible surviving spouses) (38 U.S.C. 8127(h) and (k)(2)(A)(i)); and (ii) The management and daily business operations of which are controlled by one or more veterans. (iii) The business meets federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document. (iv) The business is listed in the VetBiz.gov Vendor Information Pages, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (3) "Surviving Spouse" is an individual as defined in 38 U.S.C. 101(3). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in subparagraph (a)(1) above. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation will be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that, in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spend on the concern's employees or the employees of other veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if- (1) At least one member of the joint venture is a veteran-owned small business concern and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned for the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b) except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006) - a completed copy of this provision shall be submitted with the offer; 52.212-4, Contract terms and Conditions - Commercial Items (Feb 2007); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2007) [(b)(5), (15), (16), (17), (18), (19), (20), (21), (22), (25, Alt I),(27) and (33)]; 52.215-5, Facsimile Proposals (OCT 1997), 52.223-3, Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-4, Recovered Material Certification (OCT 1997); 52.223-5, Pollution Prevention and Right-To-Know (AUG 2003); 52.225-18, Place of Manufacture (SEP 2006). The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. VA Acquisition Regulation (VAAR) 52.252-1, Provisions or Clauses that Require Completion By The Offeror or Prospective Contractor (DEC 1999) - incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Incorporated herein are the following VAAR Clauses and Provisions: 852.252-1, Provisions or Clauses That Require Completion by The Offeror or Prospective Contractor (DEC 1999), 852-211-70, Service Data Manual (NOV 1984). The contractor agrees to furnish one copy of a manual, handbook or brochure containing operating, installation, and maintenance instructions (including pictures or illustrations, schematics, and complete repair/test guides as necessary). Where applicable, it will include electrical data and connection diagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing part number, name and quantity required; 852-211-71, Guarantee (NOV 1984) - The contractor guarantees the equipment against defective material, workmanship and performance for a period of said guarantee to from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor; 852.211-77, Brand Name or Equal (NOV 1984) 852.219-70, Veteran-owned Small Business (DEC 1990); 852.270-4, Commercial Advertising (NOV 1984); 852.273-70, Late Offers (JAN 2003); 852.273-74, Award Without Exchanges (JAN 2003). Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar852.htm. Offers are to be received at Overton Brooks VA Medical Center, 510 East Stoner Avenue - Bldg 7, Shreveport LA 71101, ATTN: Patricia J. Kim, no later than 4:00 P. M. Central Daylight Time (CDT) on August 24, 2007. Contact: Patricia J. Kim, Contract Specialist, Patricia.kim@va.gov, or FAX 318/424-6078. Electronic offers are acceptable for this acquisition if received by date and time specified. .
 
Record
SN01368878-W 20070812/070810221121 (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.