Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
MODIFICATION

65 -- SURGERY LIGHT, BURTONS WOOD LAMP, ETC.

Notice Date
9/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (10F-ACQ);VA Puget Sound Healthcare System;9600 Veterans Drive SW, Bldg 17;Tacoma WA 98493
 
ZIP Code
98493
 
Solicitation Number
VA26010RQ13231
 
Archive Date
10/7/2010
 
Point of Contact
Maria D Santiago
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION VA260-10-RQ-1323 Surgical Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotations (RFQ) number VA-260-10-RQ-1323. All quotations shall reference the RFQ number VA-260-10-RQ-1323 and shall be submitted by 9-24-2010 2:00:00 P.M. (PDT). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-43. This acquisition is 100 % set aside for small business. The North American Industry Classification system code (NAICS) is 423450 and the size standard is 100 employees. DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: See line item schedule below. Brand names listed are for descriptive purposes only and not meant to be restricted. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Line Item 0001: A100FL, AIM-100 minor surgery light (MFGR: Burton) QTY: 11 each Line Item 0002: CRYAC3 Cry-AC-3 Liquid NitrogeJ Apparatus,.3 Liter (MFGR: Brymill) QTY: 15 each Line Item 0003: 31603, Burton Woods Lamp, Handheld, 2 White & 2 UV Bulbs, 110Volt (MFGR: Burton) QTY: 15 each Line Item 0004: CRY-AC Spray Tip A (MFGR: Brymill) QTY: 20 each Line Item 0005: 50H, Heine Delta 20 Dermatoscope Set, 3.5 Volt, Wall Recharger Set (MFGR: Heine) QTY: 14 each Line Item 0006: 7-900, Hyfrecator 2000 Unit 110 Volt (MFGR: Conmed) QTY: 15 each Line Item 0007: EV/2, SaftEvac Smoke Fume Evacuator, 220 Volt (MFGR: Delasco) QTY: 16 each FOB-DESTINATION FOR DELIVERY TO : VA Puget Sound Healthcare System, 1660 S. Columbian Way, Warehouse (90D), Seattle, Wa 98108. BASIS OF SELECTION: The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based lowest price, technical acceptable and acceptable past performance. QUOTATION PREPARATION INSTRUCTIONS: A complete quotation consist of the following: (1) Contract Line Item Number (CLIN) Schedule. Include unit price and extended total price. (2) Three (3) recent and relevant past performance references with whom recent past performance can be verified. Past performance reference information should include points of contact names, telephone numbers and an email address. The Government will also use other available resources to evaluate and assess risk for past performance. (3) A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; all offers shall either be accompanied by Representations and Certifications or the offeror shall be currently registered in ORCA at website http://orgca.bpn.gov. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY TO THIS ACQUISITION: This solicitation incorporates solicitation provisions and clauses by reference, the full text of the solicitation provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil. The following provisions are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; and FAR 52.212-2, Evaluation “ Commercial Items; paragraph (a) to this provision is completed as follows: Technical - meets the line item descriptions. Past Performance (provide a list of no more than 3 relevant [relevant is defined in this RFQ as within the last 3 years] references in which similar products of the same scope and magnitude as this acquisition). The Government may also obtain past performance information from other sources. Price (the total of all the extended prices for all CLINs). Technical, past performance, and price are of equal importance. The following clauses are applicable to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executives Order-Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.219-28, Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; Also applicable to this acquisition are the following clauses: FAR 52.223-15 Energy Efficiency in Energy-Consumable Products and FAR52.211-6 Brand Name or Equal. It is the contractor's responsibility to be familiar with applicable clauses and provisions. PAYMENT: Payment will be made by the Department of Veterans Affairs, Financial Services Center, Austin TX. QUOTATIONS SUBMITTAL INSTRUCTIONS: Quotations shall be submitted via email to brad.feagan@va.gov. Quoters shall provide as a minimum: 1) RFQ number; 2) Name, address, and telephone number of point of contact of quoter. For information regarding this combined synopsis/solicitation, contact Brad Feagan via e-mail at brad.feagan@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26010RQ13231/listing.html)
 
Record
SN02293049-W 20100924/100922235940-4b6f0f02d65744a9728a5b1c94626ceb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.