Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOLICITATION NOTICE

69 -- "HARVEY"PATIENT SIMULATOR WITH INSTALLATION,TRAINING, PROGRAMS, AND SITE LICENSE

Notice Date
3/27/2008
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Nebraska Western-Iowa HCS;Omaha Division;4101 Woolworth Ave.;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
VA-263-08-RQ-0187
 
Response Due
4/2/2008
 
Archive Date
6/1/2008
 
Point of Contact
WILLIAM CLAUSEN 402-995-4505 WILLIAM.CLAUSEN@VA.GOV
 
E-Mail Address
Email your questions to CONTRACT SPECIALIST
(PATRICE.PITTMAN@VA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The VA Nebraska Western Iowa Health Care System intends to negotiate a commercial (FAR Part 12) sole source contract with Michael S. Gordon, Inc. dba UMedic, PO Box 016960 (D41), Miami, FL 33101. This Requirement is to provide one (1) Patient Simulator "Harvey" with accessories, licensing, training programs, and installation. The "Harvey" Patient Simulator is is provided on a commercial basis, but the only source of this specific brand of equipment in this specific configuration is UMedic, the offeror contractor. Listed below are the required items for this solicitation: 1. Patient Simulator "Harvey", PRICE: $_____________ 2. Crating/Shipping/Onsite Installation and Training, PRICE: $_____________ 3. UMedic Teaching Programs - updated first series (5 programs @ 750 per site license per program), PRICE: $_____________ 4. UMedic Teaching Programs - updated second series (5 programs @ 750 per site license per program), PRICE: $_____________ 5. UMedic Teaching Programs - updated third series (5 programs @ 750 per site license per program), PRICE: $_____________ 6. Cardiac Auscultation site license, PRICE: $_____________ 7. Networking installation program, PRICE: $_____________ Include cost, if any, for In-service training. FOB Destination Point to Omaha VAMC, Department of Veterans Affairs, 4101 Woolworth Avenue, Omaha, NE 68105. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-04. Only one responsible source and no other supplies or services will satisfy agency requirements. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted in writing by mail, or by facsimile at (402) 449-0612. The following additional provisions and clauses apply: 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) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. This procurement is being conducted under the authority of Far 6.302-1. Only one responsible source and no other equipment or training will satisfy agency requirements; therefore, full and open competition is determined inappropriate for this acquisition. This notice is for information only and may represent the only official notice of such solicitation/synopsis, however, the Government will consider all proposals received on or before due date identified below. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal. A copy of the provision may be attained from http://www.arnet.gov/far/ . The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The offeror shall also provide its Commercial and Government entity code, DUNS number, and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of the information added to CCR. To register, go to http://www.ccr.gov/. The Federal Contractor Program requires that any contractor receiving a contract in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. NAICS Code is 423490, Size Standard, 100 employees. ELECTRONIC OR FAXED OFFERS WILL BE ACCEPTED WITH VERBAL CONFIRMATION OF RECEIPT ONLY.
 
Record
SN01543182-W 20080329/080327223934 (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.