Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

65 -- CASMED VITAL SIGNS

Notice Date
8/17/2009
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-09-RQ-0267
 
Response Due
9/3/2009
 
Archive Date
12/11/2009
 
Point of Contact
Joyce A MillerPurchasing Agent<br />
 
E-Mail Address
Contracting Officer
(joyce.miller@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synposis/solicitation COMBINED SYNOPSIS/SOLICITATION FOR CASMED 740 -3NL VITAL SIGNS MONITOR 1.The Danville VAMC, has a requirement for a CasMed 740 Vital Signs Monitor or equal. CLIN 0001 Quantity 20 each Part No./Description 01-02-0238G/740 3NL MAXNIBP temperature & SP02 with the following accessories (HP) adult BP kit includes: US2635HP adult reusable cuff & US1320HP small adult reusable cuff; 10 coiled hose & P9 calibration kit 740 in-service CD; roll stand with basket and quick release, power cord, 110V, suretemp plus temperature probe-oral; 740 Service manual; 740 operators manual which the Government intends to order from ONE (1) source under authority of FAR 6.302. Award will be made in accordance with FAR part 13 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested as a request for quotation (RFQ) and a written solicitation will not be issued. This requirement is being offered for full and open competition. The associated North American Industry Classification System Code (NAICS) is 339112; and the size standard is 500 employees. This combined synopsis/solicitation is NOT to be construed as a commitment by the Government. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items;. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference ; 52.225-4 Buy American Act. As the award will be made using SAP, the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items - (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is Lowest Priced, Technically Acceptable (LPTA). Technical Acceptability and Price are the evaluation factors. The Government reserves the right to award to other than the lowest price quote if the lowest price quote is determined to be technically unacceptable. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible quoter submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, the contractor must be registered in the Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes must be received no later than 3 Sep 2009, 3:00 PM, EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-09-RQ-0267/listing.html)
 
Place of Performance
Address: Danville VAMC;1900 E. Main Street;Danville, IL<br />
Zip Code: 61832<br />
 
Record
SN01913751-W 20090819/090818000002-00ade7b279fc44ecbdf41aae9346ebb7 (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.