Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
DOCUMENT

65 -- Comprehensive Electrophysiology Lab System - Attachment

Notice Date
8/25/2011
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Office (138C);5001 N. Piedras St;El Paso TX 79930-4221
 
ZIP Code
79930-4221
 
Solicitation Number
VA25811RQ0691
 
Response Due
9/1/2011
 
Archive Date
10/1/2011
 
Point of Contact
Frank Gamboa
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial equipment prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA-258-11-RQ-0691 is issued as a Request for Quotes (RFQ). This solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-52. This solicitation will be unrestricted and the associated North American Industry Classification System (NAICS) code for this requirement is 334510 with a small business size standard of 500 employees. See Attachment 1: Price Schedule, Offeror's are to use this attachment to submit pricing information. Scope of Contract: This solicitation will result in a firm-fixed price contract for a comprehensive electrophysiology lab system for the Albuquerque, VA Medical Center. Prices awarded will remain in effect for the contract period without an increase in price. Project start date shall be within 30 days of award. Solicitation questions shall be submitted by 08-30-2011 2:00 PM EDT to Frank Gamboa, Contract Specialist at frank.gamboa@va.gov. Any questions submitted after this period, will not be answered. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 1.Your response will also include two (2) separate files/attachments named a)Pricing.docx (See Attachment 1) b)Product literature for brand name or equal determination. NOTE: Your proposed pricing should be in the format outlined in Attachment 1. 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: TECHNICAL ACCEPTABILITY AND PRICE 1.Technical acceptability: If providing an "equal" product, comply with FAR Part 52.211-6 & VAAR 852.211-73, Brand Name or Equal. Product literature must be provided along with your response. 2.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. (b) 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. (End of Provision) EVALUATION PROCESS Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. Award will be on an "all or none" basis; the offeror shall submit prices on all CLINs. (a)The following ratings will be used in evaluation offerors proposal: Acceptable - To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical acceptability factor. The offeror shall provide sufficient details for the Government to determine that the items offered satisfactorily meet the minimum requirements of the solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal. Unacceptable - An unacceptable rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (1) Fails to clearly and comprehensively address the technical acceptability factor. (2) Fails to provide sufficient detail for the Government to determine whether the response satisfactorily meets the minimum requirements of this solicitation. (3) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. Award will be made to the offeror that presents the proposal that possesses all of the following characteristics: (1) meets the acceptability standards for non-price factors, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Offerors shall be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offers shall be registered in the Offeror Representations and Certifications-Commercial Items at https://orca.bpn.gov OR a completed copy of FAR 52.212-3, Offeror Contract Administration Data: Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. Representations and Certifications-Commercial Items. The following clauses and provisions are included in this solicitation: Contract Clauses: 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) VAAR 852.246-70 GUARANTEE (JAN 2008) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program Solicitation Provisions: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.225-18 PLACE OF MANUFACTURE (SEPT 2006) 52.233-2 SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (MAY 2011) The full text of clauses and provisions can be found at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm RFQ DUE DATE: Responses to this solicitation shall be via electronic submission to Frank Gamboa at frank.gamboa@va.gov on or before 09-01-2011 at 6:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25811RQ0691/listing.html)
 
Document(s)
Attachment
 
File Name: VA-258-11-RQ-0691 VA-258-11-RQ-0691_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=241923&FileName=VA-258-11-RQ-0691-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=241923&FileName=VA-258-11-RQ-0691-001.docx

 
File Name: VA-258-11-RQ-0691 ATTACHMENT 1 - PRICE SCHEDULE.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=241924&FileName=VA-258-11-RQ-0691-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=241924&FileName=VA-258-11-RQ-0691-002.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Raymond G. Murphy VA Medical Center;1501 San Pedro SE;Albuquerque, NM
Zip Code: 87108
 
Record
SN02550080-W 20110827/110826000436-48595d09bade9789d4ebd9fd676352cb (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.