Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

65 -- MIZUHO OSI JACKSON TABLE SYSTEM

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, Cincinnati VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Cincinnati VA Medical Center;3200 Vine St;Cincinnati OH 45220
 
ZIP Code
45220
 
Solicitation Number
VA-250-08-RP-0483
 
Response Due
9/22/2008
 
Archive Date
10/22/2008
 
Point of Contact
JOSEPH BOGGS<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 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. VAMC Cincinnati, Ohio Contracting intends to negotiate a sole source commercial item (FAR Part 12) contract to purchase, for Cincinnati VAMC 3200 Vine Street, Cincinnati, Ohio, 45220: One (1) Mizuho OSI Jackson Table System to include shipping, uncrating and installation, 1 day of staff in-service training, to include Two (2) years parts and labor warranty. BID ON BRAND NAME OR EQUAL, if bidding on an equal, offeror must note that the item is an equal. If bidding on an equal item, offeror must submit full descriptive literature. SHIPPING/DELIVERY/UNLOADING PACKAGE (to be included in quoted price) Delivery and installation must be done on or before the end of September 30th 2008. Standard warranty. FOB destination. Offerors must hold prices firm in its offer for 60 calendar days from the date specified for receipt. Clauses & Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. 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 Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses & Provisions: 52.212-1: Instructions to Offerors - Commercial Items (JUN 2008); 52.212-3: Offeror Representations and Certifications - Commercial Items (JUN 2008); 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)(14), (15), (16), (17), (18), (19), (20), (24), (26), and (32)]; 52.233-1: Disputes (JUL 2002); 52.233-2: Service of Protest (SEP 2006): [Cincinnati VAMC, 3200 Vine Street, Cincinnati, Ohio 45220]. Incorporated herein are the following VA Acquisition Regulation (VAAR) Clauses & Provisions: 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 (JAN 2008). The contractor guarantees the equipment against defective material, workmanship and performance for a period of said guarantee to run 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 of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 852.211-73: Brand Name or Equal (JAN 2008). (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this Request for Proposal (RFP) 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 "equal" 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 bids and are determined by the Government to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the bidder clearly indicates in his bid that he is offering an "equal" product, his bid shall be considered as offering a brand name product referenced in the Request for Proposal (RFP). (c) (1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the quote or such product shall be otherwise clearly identified in the quote. The evaluation of quotes and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO OFFERORS. The purchasing activity is not responsible for locating or securing any information which is not identified in the quote and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her quote all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Request for Proposal (RFP), and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the offeror proposes to modify a product so as to make it conform to the requirements of the Request for Proposal (RFP), he/she shall: (i) Include in his/her quote a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after quote opening to make a product conform to a brand name product referenced in the Request for Proposal (RFP) will not be considered. 852.270-4: Commercial Advertising (NOV 1984). The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. Instructions, Conditions and Notices to Offerors - Offeror shall provide (1) specifications for equipment offered; (2) a quotation for offered equipment, in the form of Unit Price and Extended Price for number of units specified in paragraph 2 above; and (3) all information in accordance with the format specified in FAR 52.212-1, "Instructions to Offerors - Commercial Items" paragraph "b", and FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items" prior to the time specified in paragraph 5 below in order to be considered for award. Address offers to: Joseph Boggs, Contracting Officer, Cincinnati VAMC, 3200 Vine Street, Cincinnati, Ohio 45220. Proposals are due by 1:00 p.m. Eastern time on 22 September 2008. Award of a firm-fixed price contract shall be made to the responsive, responsible offeror based on capability to meet the qualitative and timeliness (delivery) standards specified herein, at price most advantageous to the Government. Payment shall be made by electronic funds transfer (EFT). For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. Contact Joseph Boggs at (513) 475-6336 regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc5b5b4dc2c5e818d5cde189f531033b&tab=core&_cview=1)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;CINCINNATI VA MEDICAL CENTER;3200 VINE STREET;CINCINNATI, OHIO<br />
Zip Code: 45220<br />
 
Record
SN01674682-W 20080920/080918222334-cc5b5b4dc2c5e818d5cde189f531033b (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.