Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

65 -- Radiation Oncology Equipment

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, Brecksville (Cleveland) VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-08-RQ-0458
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Davina Williams440-526-3030 x7492<br />
 
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 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-250-08-RQ- 0458 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies and installation of radiation oncology equipment used to provide IMRT head and neck treatment. This is immobilization equipment that is used when patients are receiving radiation therapy. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is 100% small business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 339112, size standard/500 Employees, surgical and medical instrument manufacturing. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, and in-service timeline. Vendor shall provide all training necessary for items listed. PRICING: Offeror shall provide pricing for Radiation Oncology equipment as listed below. The total price offered shall include all charges necessary to install listed items. Brand Name or Equal: "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" must fully meet the salient characteristics requirements listed in the RFQ. LINE ITEMS: CLIN 1: Type S Extension, or equal (Quantity 2) $___________CLIN 2: Fixator System, or equal (Quantity 2) $___________CLIN 3: Exact Lok-Bar, or equal (Quantity 2) $___________ CLIN 4: Zentec H/N/S Thermoplastic, or equal (Quantity 20) $_________ CLIN 5: H/N/S Thermoplastic, or equal (Quantity 5) $_________ CLIN 6: Zentec Head-only Thermoplastic, or equal (Quantity 20) $__________ CLIN 7: Head-Only Thermoplastic, or equal (Quantity 5) $__________ CLIN 8: Silverman Head/Neck Support, or equal (Quantity 3) $__________ CLIN 9: Prone Pillow, or equal (Quantity 1) $_________ CLIN 10: 70x100 cm Vac-Lok, Cloth, or equal (Quantity 10) $__________ CLIN 11: 70x70 cm Vac-Lok, Cloth, or equal (Quantity 5) $__________ CLIN 12: 50x70 cm Vac-Lok, Cloth, or equal (Quantity 5) $____________ CLIN 13: Patient Transfer Board, or equal (Quantity 1) $__________ CLIN 14: Large Digital Water Bath, or equal (Quantity 1) $__________ CLIN 15: Grip Rings, or equal (Quantity 3) $_________ CLIN 16: 30x30x.5 cm Bolus w/skin, or equal (Quantity 1) $_________ CLIN 17: 30x30x 1.0cm Bolus w/ skin, or equal (Quantity 1) $__________ CLIN 18: Steritatt Tattoo Ink, or equal (Quantity 3) $____________ CLIN 19: Carbon Fiber Belly Board, or equal (Quantity 3) $_________ CLIN 20: Prone Thorax Cushion, or equal (Quantity 3) $__________ CLIN 21: Prostate Cushion w/Portal, or equal (Quantity 3) $_________ CLIN 22: Dual Leg Immobilizer, or equal (Quantity 3) $__________ CLIN 23: Belly Board Storage Rack, or equal (Quantity 3) $___________ CLIN 24: Overhead Arm Positioner, or equal (Quantity 3) $___________ CLIN 25: 20x 45 cm Accuform Cushion, or equal (Quantity 5) $___________ CLIN 26: Accuform Positioner Bar, or equal (Quantity 2) $___________ PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions, unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: Offerors quotes must provide evidence of technical compliance. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. Products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet The provision at VAAR 852-211-73, Brand Name or Equal. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "an equal" must fully meet the salient characteristics requirement listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. A one year warranty is requested. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government reserves the right to arrange for freight if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: VAAR 852.203-70 (Commercial Advertising). 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 by reference. Clauses: 52.219-6, 52.222-21, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52-232-34. 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://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Questions that may affect the competitive process must be submitted via email to davina.williams@va.gov 12:00PM on September 21, 2008. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than COB September 24, 2008. Technical questions and Quotes must be sent by email to davina.williams@va.gov. Telephone inquiries will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c68bd98bd4ab31a6520f6ac15bf16cba&tab=core&_cview=1)
 
Place of Performance
Address: The Louis Stokes Cleveland VAMC;10701 East Blvd;Cleveland OH<br />
Zip Code: 44147<br />
 
Record
SN01673140-W 20080919/080917220642-c68bd98bd4ab31a6520f6ac15bf16cba (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.