Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

65 -- Fonix 8000 Hearing Aid Test System (Rosa Rivera)

Notice Date
9/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;Palm Beach Gardens FL 33410-6400
 
ZIP Code
33410-6400
 
Solicitation Number
VA24810RQ0719
 
Archive Date
10/7/2010
 
Point of Contact
Jose I Hernandez
 
E-Mail Address
CT
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This synopsis is a streamlined solicitation of offers for commercial items for use where appropriate. This is intended to simplify the process of preparing and issuing solicitations/synopsis for evaluating offers for commercial items consistent with commercial practices. Only written requests, electronically submitted, and received directly from the requester are acceptable. This requirement is 100% set aside for Service Disable Veteran Own Business concerns. The NAICS code is 334310, with a size standard of 500 employees. REQUIREMENTS: The Department of Veterans Affairs Medical Center West Palm Beach Center, Audiology Service (7305 N. Military Trail, West Palm Beach, FL 33410) has a requirement to purchase FONIX 8000 Polar Plot Hearing Aid Test System. The attached equipment list is to add/replace some of the existing equipment (this is not a replacement of the whole system, rather an enhancement). Offerors shall submit a detailed (itemized) quote to include: all equipment, equipment manufacturer part numbers, materials, installation, and configuration services for the system as listed only. The Government has the right to cancel this RFQ before or after the closing date. PRICING: ITEM P/N DESCRIPTION QTY UNIT COST 1 Fonix 8000 Polar Plot Hearing Aid Test System: 2EA System Includes: M1958E MICROPHONE, SPECIAL HA-1 AND HA-2 COUPLERS, CIC COUPLER, SPECIAL EAR LEVCEL ADAPTER, AUTO DETECTING BATTERY SIMULATOR PILLS (#13,#675,#10A AND #312). ROTATOR ACCESSORIES FOR BTE AND ITE DIRECTIONAL TESTS, BLUE STIK, EXTRA PAPER, USB COMPUTER CABLE ANDTEST SURFACE (PLATEN) ASSEMBLY. ALSO INCLUDES ONE OF THE FOLLOWING TEST SEQUENCES: ANSI (INCLUDING TELEWAND) IEC; JIS 2 LCD MONITOR 17" 2EA 3 TELECOIL BOARD AND CABLE 2EA 4 Real Ear 2EA TOTAL 52.212-2 Evaluation-Commercial Items. (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capabilities 2) Past performance 3) Price (all items are on GSA and will be compared to GSA pricing) Technical capabilities and past performance, when combined are significantly more importance than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. As part of the technical evaluation, please provide: 1. Resumes of key personnel. 2. A summary of past installations. For past performance, please provide: 1. Listing of all, if any, past performance at city, state, and/or federal government locations including points of contact, phone numbers and email addresses. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors- Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions; vendors shall submit the most favorable terms. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. 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: None. 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: 52.222-21, 52.222-26, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. 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://www.va.gov/oa&mmlvarr/. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.), is hereby incorporated into this combined synopsis, with the wage determination for Butler County, Ohio, WD 05-2413 (Rev.-7) that may be accessed at: http://www.wdol.gov/Index.aspx. VAAR Clauses: (1) 852,203-70 Commercial Advertising (JAN 2008); (2) 852.219-10 VA Notice of Total Service-Disabled Veterans Owned Small Business Set-Aside (DEC 2009); (3) 852.237-70 Contractor Responsibilities (APR 1984); (4) 852.273-76 Electronic Invoice Submission (Interim-OCT 2008); (5) 852.270-1 Representatives of Contracting Officers (APR 1984); (6) 852.270-4 Commercial Advertising (NOV 1984) Quotes and accompanying information are due no later than 12 p.m. EST, Tuesday September 28, 2010. Responses must be sent by email to jose.hernandez6@va.gov. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov. The contractor must be register in http://www.vip.vetbiz.gov/ Contracting Office Address: VISN 8 Network Contract Activity 8 of Veterans Affairs; West Palm Beach VA Medical Center;7305 N. Military Trail, West Palm Beach, FL 33410 Point of Contact(s): Jose I. Hernandez Contracting-Contract Specialist 561-422-6508
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24810RQ0719/listing.html)
 
Record
SN02298668-W 20100929/100927235353-de39d5426a5adf8ce1fbc059c4d6f38b (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.