Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

N -- GI Boom System

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA25010RQ0142
 
Response Due
6/4/2010
 
Archive Date
8/3/2010
 
Point of Contact
Kristy Allen email: kristy,allen@va.gov
 
Small Business Set-Aside
N/A
 
Description
VA-250-10-RQ-0142-GI Boom System - Double Arm 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. SALIENT CHARACTERISTICS DESCRIPTION: Provide all labor, equipment and material necessary to install GI Boom System at the Department of Veterans Affairs Medical Center (VA), 4100 West Third Street, Dayton, Ohio 45428, in the new GI Lab on the first floor. The following list is for the minimum salient characteristics for GI Unit Equipment Booms this list of items must be included by any vendor bidding on the installation of 4 equipment booms for the new unit. All booms will be double arm. The Contractor will provide drawings/diagrams of identified locations for the equipment to be installed. The Contractor will also provide a time frame for how long it will take from receipt of award to deliver and install equipment. "75 - 80" reach "4 - 24" adjustable shelves "Top shelf should include 1 - 2" lip as it will be used as a work surface for endoscopist "Weight load should range from 600 - 640 lb. capacity "Stable, easily operated, braking system "Easy adjustment for height of endoscopist "Range of movement of boom around patient should be as close to 360 degrees as possible "Adjustable arms to hold 24" FP video monitor, MP70 Phillips Cardiac monitor, ability to add third FP video monitor for fluoroscopic imaging "4 - gas outlets, Oxygen, air, 2 vacuum "8 - 10 red duplex electrical outlets "Low Voltage Preparation (3) "1 telephone jack "2 Suction canister slides per boom "Vendor installation "No Charge PM training for BioMed Tech "No Charge Clinical User training SITE VISIT: A site visit will be conducted Friday, May 28, 2010 at 10:00AM EST. All contractors will need to preregister by Thursday, May 27, 2010 by 4:00 PM EST. Registration will be conducted by sending an email message to monae.heath@va.gov and kristy.allen@va.gov the email message must contain the following information: 1.Number of people attending 2.Names of each individual w/ title 3.Contact information for each attendee - email and phone 4.The areas (such as above ceiling tiles, electrical boxes, etc.) to which you will need access during the visit. However, any equipment or tools needed to access those areas, shall be provided by the contractor(s). If a contractor fails to pre-register, s/he will not be allowed to attend the site visit. If arriving with the intent to attend the site visit without being registered, a verbal notice to leave the premises will be expressed. In the event that a contractor does not leave when asked, the VAMC Police Service will assist that individual. All contractors will meet in the lobby of Bldg. 408, Colonel Harris (across from the Day Air Credit Union - See map) prior to the start time of the site visit. Anyone who has preregistered and arriving late may not be able to participate; this will be at the discretion of the Contracting Officer. POST SITE VISIT INQUIRIES: Do not ask any technical questions during the site visit. ALL questions regarding the "GI Booms and Installation" project must be forwarded to me via email (kristy.allen@va.gov) by Tuesday, June 1, 2010, 2:00 pm EST. There will be an amendment posted to FedBizOps with responses to all inquiries. It is the responsibility of each contractor to stay abreast of all amendments to the solicitation. There will be NO exceptions to these guidelines. If necessary, the solicitation may be extended; this will be at the discretion of the Contracting Officer. Telephone and faxed inquiries will not be responded to. The Closing date is June 4, 2010 @ 2:00 pm. EST. INVOICE: The invoice must reference both the contract number and Purchase Order (PO) number. Mail invoices to: VA FSC P.O. Box 149971 Austin, TX 78714 CONTRACT ADMINISTRATION: The Contractor shall contact the Contracting Officer on all matters pertaining to administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect the price, quantity or delivery terms of this contract. (1) This requirement is being issued as a Request for Quotation (RFQ) VA-250-10-RQ-0142. (2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, Effective on April 13, 2010. (3) The North American Industry Classification System (NAICS) is 423450. The small business size standard is 100 Employees. (4) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (5) Addendum to FAR 52-212-1 Instructions to Offerors - Commercial The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: INSTRUCTIONS FOR PROPOSAL SUBMISSION Responses are due no later than: Friday, June 4, 2010 at 2:00 pm EST. No faxed offers will be accepted. Offers must be emailed to: monae.heath@va.gov and kristy.allen@va.gov. Completed copy of representations and certifications at FAR 52.212-3 (7) The provision at 52.212-2, applies to this acquisition. The lowest price technically acceptable (LPTA) will be the method of evaluation for an award to be made. A technical evaluation will be completed to determine if the offer is technically acceptable. (8) Offerors are advised to include a completed copy of the provisions at 52.213-3, Offeror Representations and Certifications-Commercial Items. (9) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.202-1DEFINITIONSJULY 2004 FAR 52.203-3GRATUTIESAPR1984 FAR 52.203-6RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENTSEPT 2006 FAR 52.203-7ANTI-KICKBACK PROCEDURESJULY 1985 FAR 52.203-11CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONSSEPT 2007 FAR 52.203-12LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONSSEPT 2007 FAR 52.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER AUG 2000 FAR 52.204-5WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS)MAY 1999 FAR 52.204-7CENTRAL CONTRACTOR REGISTRATIONAPR 2008 FAR 52.204-9PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNELSEPT 2007 FAR 52.207-1NOTICE OF STANDARD COMPETETIONMAY 2006 FAR 52.209-6PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENTSEPT 2006 FAR 52.219-1SMALL BUSINESS PROGRAM REPRESENTATIONS MAY 2004 VAAR 852.203-70COMMERCIAL ADVERTISINGJAN 2008 VAAR 852.273-74AWARD WITHOUT EXCHANGESJAN 2003 VAAR 852.273-76ELECTRONIC INVOICE SUBMISSIONOCT 2008 (End of Clause) (8) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited in the afore mentioned clause are applicable to this acquisition: 52.222-3Convict LaborJUN 2003 52.222-21Prohibition of Segregated FacilitiesFEB 1999 52.22-26Equal OpportunityMAR 2007 52.222-35Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible VeteransSEP 2006 52.222-36Affirmative Action for Workers of Disabilities JUN 1998 52.222-37Employment Reports on Special Disabled Veterans, SEP 2006 Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50Combating Trafficking in PersonsFEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-15Energy Efficiency in Energy-Consuming ProductsDEC 2007 52.225-1Buy American Act - SuppliesFEB 2009 52.225-2Buy American Act - CertificateFEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-34Payment by Electronic Funds Transfer - MAY 1999 Other than Central Contractor Registration 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 1989 OTHER APPLICABLE SOLICITATION PROVISIONS 52.209.5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are o are not o presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have o have not o, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); (C) Are o are not o presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have o, have not o, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has o has not o, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Monae D. Heath Contract Specialist Hand-Carried and Mailing Address: Department of Veterans Affairs VISN 10 Contracting - Dayton (NBC) 4100 W. Third St. Dayton OH 45428 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) OTHER APPLICABLE CONTRACT CLAUSES 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond December 18,2009. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond December 18, 2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25010RQ0142/listing.html)
 
Place of Performance
Address: 4100 W. Third St.;Dayton, OH
Zip Code: 45428
 
Record
SN02159902-W 20100527/100525235425-e9bcdc380c6deee6d129ad20fbcaf957 (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.