Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

65 -- AUTO FOCUS AND 3D TRACKING FUNDUS CAMERA

Notice Date
6/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Special Services, Department of Veterans Affairs, Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
VA4528-0018
 
Response Due
6/17/2008
 
Archive Date
8/16/2008
 
Point of Contact
Faranda ThomasPurchasing Specialist
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-VA4528-0018 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) 2005-25. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Faranda Thomas. The North American Industry Classification System (NAICS) number is 334510 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is unrestricted. This requirement is manufactured by Nidek. Listed below are the required line items for this solicitation: 0001AUTO FOCUS AND 3D TRACKING FUNDUS CAMERA MFR: NIDEK or EQUAL MFR P/N: AFC-230 TO INCLUDE: 1EA________________________ 0002EOS 5D DIGITAL CAMERA FOR AFC-210 MFR: NIDEK or EQUAL MFR P/N: AFC210-00100 1EA________________________ 0003COMPUTER MFR: NIDEK or EQUAL MFR P/N: COMPUTER 1EA________________________ 0004MONITOR MFR: NIDEK or EQUAL MFR P/N: MONITOR 1EA________________________ 00051-YEAR WARRANTY MFR: NIDEK or EQUAL MFR P/N: W1 1EA________________________ This requirement is Brand Name or Equal, FOB destination delivery date of 17 Jul 2008 or sooner to 5th Medical Group/SGSL (ACC); 10 Missile Ave, Bldg 194; Minot AFB, ND 58705-5024. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 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; and 2) Price. Technically acceptable is more important than 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. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Priority for Contracting Preferences: Pursuant to 38 U.S.C. 8127(i), set-aside preferences for awarding contracts to small business concerns shall be applied in the following order of priority: (1) SDVOSB; (2) VOSB; (3) Contracts awarded pursuant to: (a) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (b) Section 31 of such Small Business Act (15 U.S.C. 657a) (HUBZone); and (4) Contracts awarded pursuant to any other small business contracting preference. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 15, 16, 17, 18, 19, 21, 23, 24, 29(ii), 31, 37. 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. 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government 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/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Faranda Thomas, no later than 4:00 P.M. eastern daylight time on 17 Jun 2008. Contact Faranda Thomas, Associate Contract Specialist/YRC I Contractor, at 301-619-7098, FAX 301-619-3613 or email: faranda.m.thomas@amedd.army.mil. Kathryn Leatherman, Contracting Officer 301-619-6653.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d11ec06d9ba229d21b3171443e23e51e&tab=core&_cview=1)
 
Place of Performance
Address: 5 MDG/SGSL;10 MISSLE AVENUE;BLDG 194;MINOT AFB, ND
Zip Code: 58705-5024
 
Record
SN01585606-W 20080605/080603215837-d11ec06d9ba229d21b3171443e23e51e (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.