Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

Q -- Q-BED FRAME TRACTION DEVICES

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;South Texas Veterans Health Care System;7400 Merton Minter;San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA-257-07-RQ-0151
 
Response Due
9/17/2007
 
Archive Date
10/17/2007
 
Description
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 for the South Texas Veterans Health Care System. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request for Quotations (RFQ), and the reference number is VA-257-07-RQ-0151. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-19. This is being conducted as full and open. The NAICS code is 339113 and the size standard is 500 employees. The South Texas Veterans Health Care System has a requirement for thirty five (35) Balkan Frame traction devices, or the equivalent, to be used with Stryker Secure II hospital beds. The medical system has Stryker Secure II beds throughout the hospital and standardization is required. If substitutions are proposed they must be fully compatible with the Stryker Secure II bed. The place of performance will be the Audie L. Murphy Memorial Veterans Hospital, 7400 Merton Minter Blvd., San Antonio, TX 78229. In addition to supplying traction devices, proposals must include training for hospital personnel on assembly and disassembly of the devices.. All equal products must be accompanied with manufacturer's salient characteristics, brochures, and literature or other information that will enable a clear technical capability analysis. . Proposals will be evaluated based on compatibility with Stryker Secure II beds, demonstrated experience with traction devices on Stryker Secure II beds, the ability to provide local customer service (on-site assistance), warranties, quality of equipment, past performance, and price. The Department of Veterans Affairs anticipates awarding a firm fixed price contract. The Government intends to evaluate offers and award a contract without discussions; therefore, the Contractors initial offer should contain their best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Technical elements are significantly greater than the price element. (1) Technical: Acknowledgement of ability to provide product; a copy of specifications for other than brand name product. (2) Past Performance: Please include three references of customers who have purchased a similar system. (3) Price: Quote for each line item. (4) Warranty: Indicate Terms in statement of work; (5) Delivery/Installation: FOB. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Mangement Systems, P.O. Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Facsimile and telephonic requests are not acceptable. ALL OFFERORS ARE TO INCLUDE A COMPLETED COPY OF THE PROVISIONS AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS WITH OFFER. The following FAR clauses and provisions are applicable to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items; The following FAR clauses identified at paragraph b of 52.212-5 are considered checked and are applicable to this acquisition: (1),(7)(9)(14-20),(24i),(26ii)(34) section (c) (1),(2),(4), 52.204-7 Central Contractor Registration; 52.211-6, Brand Name or Equal, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.247-34 F.O.B. - Destination, 52.219-1 Small Business Program Representations, 52.228-5 Insurance--Work on a Government Installation, VAAR clauses; 852.211-77 Brand name or equal, 852.211-70 Requirements for Operating and Maintenance Manuals, 852.211-71 Guarantee Clause, and 852.270-4 Commercial Advertising. Wage Determination No.: 2005-2521 Revision No.: 3 applies. Proposals shall be submitted on company letterhead NLT COB September 17, 2007, via the above address or facsimile. The full text of previous clauses may be accessed electronically at this address: www.arnet.gov/far. For any further information contact the contracting officer, Lloyd Owens at 210-949-9203. Quotes should be marked with the request for quote number VA-257-07-RQ-0151, F.O.B. destination. Oral Quotes will not be accepted, faxed quotes must be followed up with a verbal confirmation of receipt. Offerors are advised that they are responsible for obtaining any amendments that may be generated for this RFQ. Signing up for the bidders list in FedBizOpps will automatically electronically provide you with any amendment notification to this solicitation. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register in CCR easily and quickly on-line at http://www.ccr.gov.
 
Record
SN01402256-W 20070913/070911220759 (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.