Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

65 -- PANDEMIC SUPPLIES: MASKS

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, Dayton VAMC, Department of Veterans Affairs Medical Center, VISN 10 Contracting Activity - Dayton;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-08-RQ-0463
 
Response Due
9/24/2008
 
Archive Date
10/24/2008
 
Point of Contact
Aprile HorneContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 4: Being issued to clarify the PAPR Assembly system. The model is AMH12U. AMENDMENT 3: Being issued to address the following: a)The Response date is 9/24/2008 by 4:00 pm ET b)All inquiries are due today by 3:00pm ET c)All inquiries and quotes are to be submitted by email only (per the presolicitation) d)There have been three (3) amendments issued to this solicitation as of 9/23/08 @ 11:30 am ET. AMENDMENT 2: Amending to increase quantities. AMENDMENT 1: THIS SOLICIATION HAS BEEN CHANGED FROM 100% SMALL BUSINESS SET ASIDE TO FULL AND OPEN. THE SUPPLIES MUST BE 3M RESPIRATORY PROTECTION DEVICES. PLEASE SEE JUSTIFICATION & APPROVAL DOCUMENT DESCRIPTION: Solicitation Number VA-250-08-RQ-0272 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. A firm fixed price award for supplies and services may be made, dependent upon availability of funding. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as 100% Small Business set aside for commercial items under the North American Industry Classification System (NAICS) Code 423840, size standard/100 Employees, Industrial Supplies Merchant Wholesalers. REQUIREMENTS: The Department of Veterans Affairs Medical Center (VAMC), 4100 W. Third Street, Dayton, OH 45428-9000, is seeking quotes for 3M Respiratory Protection Devices to add to existing 3M devices. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and onsite in-service timeline. Quote shall include PRICING: Offeror shall provide pricing for the line items below as described in requirements above; include warranty information. The total price offered shall include all charges (e.g., to include but not limited to supplies, training, estimated shipping/handling, and trade in allowance, if applicable). LINE ITEMS: (1) N-95 Masks 1870 - 50,000 EA $______________; (2) N-95 Masks 1860- 20,040 EA $___________; and (3) PAPR Assembly - 200 EA $____________. TOTAL: $_____________________ 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, 52.233-2 (Service of Protest), VAAR 852.233-70 (Protest Content), 852.233-71 (Alternate Protest Procedure), 852.270-1 (Representative of Contracting Officer), 52.212-1(k) (CCR Registration) 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 Indicate terms. A minimum of one year warranty is requested. DELIVERY: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. If estimated shipping and handling is greater than $250, include the following information: Number of flats the item(s) will ship on; Number of boxes per flat; The weight of the item(s); Dimensions of box to shipped including cubic volume of each item; Name of Courier; Indicate ground, air, or water; POC for your company who will be responsible for shipment process, include email address, phone, and fax numbers; POC for manufacturer who will be responsible for shipment process, include email address, phone, and fax numbers; Distance between "ship from" and "ship to" (total miles traveled); any other special instructions concerning the shipment and an estimated date of arrival (ARO). 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, 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) and 852.203-71 (Department of Veteran Affairs Hotline Poster), 52.211-6. 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: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-21, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-152.225-13, 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/. All technical questions and quotes must be submitted to Aprile Horne, Contract Specialist by e-mail only at: Aprile.horne@med.va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Inquiries submitted after 12 noon EST, September 21, 2008 that may affect the competitive process will not be addressed. Quotes and accompanying information are due no later than 12 p.m. EST September 23, 2008. BRAND NAME SOLE SOURCE JUSTIFICATION IAW FAR 6.302-1 I.DESCRIPTION OF THE SUPPLIES/SERVICES: __3M (N-95 1870, 1860, & PAPR Assembly) Respiratory Protection Devices. The estimated dollar value of proposed procurement for supplies is between $_100,000.00 and 200,000.00_, which was based on _Purchase Request No. 552-08-4-898-0002_. II.STATEMENT OF FACTS JUSTIFYING SOLE SOURCE AWARD: A.N/A - Not a sole source procurement B.N/A - Not a sole source procurement III.JUSTIFICATION FOR BRAND NAME (3M Respiratory Protection Devices): Manufacturer 3M is the only company that can provides the necessary respiratory protection devices that are already in use with the supplies purchased last year; and they will be compatible with the existing systems. These systems consist of but not limited to rechargeable batteries and replacement parts already in stock. Safety personnel have been trained and fit tested on the 3M models in this procurement. If new model/system acquired, it may impact capabilities and readiness procedures. IV.3M Respiratory Protection Devices N-95 Masks and PAPR Assembly are the only known supplies able to satisfy the Government's minimum requirement(s) because the items are components to a system currently being used and the Safety staff has been trained and fit tested for these supplies. STATEMENT OF ACTIONS TAKEN TO PRECLUDE THE NECESSITY FOR A FUTURE SOLE SOURCE ACQUISITION FOR THE SAME SUPPLIES/SERVICES: A market research survey will be conducted for any future procurements for the same supply/service.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ac83ad9ea32c7456caabbfbec323a2ee&tab=core&_cview=1)
 
Record
SN01679580-W 20080925/080923221644-ac83ad9ea32c7456caabbfbec323a2ee (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.