Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

65 -- Multi Purpose Phantom

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Luke Watercott;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ0585
 
Response Due
9/21/2010
 
Archive Date
10/6/2010
 
Point of Contact
Luke Watercott
 
Small Business Set-Aside
N/A
 
Description
(i)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will NOT be issued. The proposed contract action is for a Quasar Multi-Purpose Body Phantom for the VA Medical Center Minneapolis, MN 55417. This equipment must meet the minimum requirements as described in Section (vi). (ii) The solicitation number is VA-263-10-RQ-0515 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-43, July 23, 2010. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 500 employees. (v) This requirement consists of (12) line items: CLIN (1): Phantom, Body, Multi-Purpose, includes users guide and QA worksheets. The Ion Chamber Quantity 1; CLIN (2) Motion Assembly, Respiratory, with Programmable Controls, includes users guide, software, cedar insert, motion assembly and standard storage container. Quasar. Quantity 1; CLIN (3) Ion Chamber, Dummy, Polystyrene, Quantity (1); CLIN (4) Insert Adapter, Phantom, Multi-Purpose, Quantity (1); CLIN (5) Insert Acrylic, Quantity (1); CLIN (6) Stage Rotational, Quantity (1); CLIN (7) Insert, Cedar, Offset, with solid tumor, drilled for ion chamber, Quantity (1); CLIN (8) Insert, Cedar, Offset, with split tumor, fits Gafchromic film, Quantity (1); CLIN (9) Insert, Imaging, 4D CT, Quantity (1); CLIN (10) Cases, Shipping, Heavy Duty, for Body 500-2001 and Assembly 500-2004, Quantity (1); CLIN (11) Platform, Respiratory Motion, Programmable Controls, includes user guide and software. Quasar, Quantity (1); CLIN (12) Case, Shipping, Heavy Duty, Quantity (1). All brand names and model numbers are for comparison only. (vi) The Quasar Multi-Purpose Body Phantom should include the user ™s guide and quality assurance worksheets. The Ion Chamber holder comes standard to fit a NE2571 0.60cc Farmer Type Ion Chamber. The Quasar Respiratory Motion Assembly “ Programmable Controls must include a user ™s guide, software, cedar insert, motion assembly and standard storage container. The offer shall specify technical specifications and proposed adaptive equipment and provide estimated number of days to deliver. (vii) Delivery FOB Destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, 52.216-1, Type of contract (firm fixed price), 52.233-2 Service of Protest, VAAR 852.211-72 Technical Industry Standards, VAAR 852.233-70 Protest Content/Alternative Dispute Resolution, VAAR 52.233-71 Alternate Protest Procedure 52.252-1 (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does apply to this solicitation. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical factors combined with past performance is equal to price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.211-70A Service Data Manual, VAAR 852.211-73 Brand Name or Equal, VAAR 852.273-76, Electronic Invoice Submission, Solicitation Provisions or Clauses Incorporated by Reference, VAAR 852.203-70 Commercial Advertising, VAAR 852.245-70 Guarantee, VAAR 852.246-71 Inspection., VAAR 852.252.-70 Solicitation Provisions or Clauses Incorporated by Reference; (xii) The following FAR clauses identified at paragraph (b) of 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are considered checked and are applicable to this acquisition: 52.219-28 Post Award Small Business Program, 52.222-21 Prohibition of Segregated Facilities, 52.222-3 Convict Labor, 52.222-19 Child Labor ”Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-3 Buy American Act-Free Trade Agreements, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer.-other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) RESPONSES ARE DUE September 17, 2010 10:00 central standard time (CST). Electronic offers will be accepted; submit quotation to “ Luke Watercott, Minneapolis Contracting and Purchasing Office, 708 South Third St, Ste 200E, Minneapolis, MN 55414, or e-mail luke.watercott@va.gov (xvi) Point of contact for this solicitation is Luke Watercott, 612-344-2149 or e-mail luke.watercott@va.gov All Inquires must be in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0585/listing.html)
 
Record
SN02283159-W 20100917/100916000228-bd401a28e8be8b5cdd367c6ceffaa243 (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.