Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
DOCUMENT

79 -- Biomist SS20 Biomist - Attachment

Notice Date
9/23/2011
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA26311RQ0919
 
Response Due
9/26/2011
 
Archive Date
10/11/2011
 
Point of Contact
todd.yahnke@va.gov
 
E-Mail Address
Purchasing Agent
(todd.yahnke@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA intends to negotiate a "Brand Name or Equal" sole source procurement under the authority of FAR 52.211-6, VAAR 852.211-73, 6.302.1, FAR 6.302.5, FAR 6.303 and FAR 6.304 with Biomist Inc, 573 N. Wolf RD, Wheeling, IL 60090 for two Biomist SS20 power sanitizing sytems. Interested parties may identify their experience in providing these services to the Contracting Officer via e-mail at todd.yahnke@va.gov or fax 319-887-4957. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. 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. The solicitation number is VA-263-11-RQ-0919 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011. The associated NAICS code is 339113 and small business size standard is 500 Emp. The acquisition is not set-aside and is being negotiated as a "Brand Name or Equal" sole source procurement. The requirement for this acquisition includes the following: QtyUnitPrice PXI/IRRADIATOR: 1 SS20 Power Sanitizing 2 EA __________ 2 Biomist CO2 Cylinder 4 EA __________ 3 Biomist Solution Formula 10 EA __________ D2 (case of 12 Quarts) The salient characteristics for the required system are as follows: Dimensions:..................................H = 35" D = 15" L = 21" TotalWeight:.................................Approx. 90lb. (38.6 kg) Cabinet Material:............................. Type 304 Stainless Steel Power Unit:.................................. Portable Electrical Power Supply:........................115 Vac 60 Hz CO2 Cylinder Capacity:........................ 20lb. (9.1 kg) CO2 Cylinder Storage:......................... Max. Temp. 125 °F (51.7 °C) Applicator Gun:...............................17oz. Aluminum & Stainless Steel Fluid Tip:.................................... Delrin Cap & Stainless Steel Orifice Coiled Hose:..................................25ft. Extended/Rated 150 psig Heated CO2.................................. Yes Electrical Cord:............................... 25ft. 3 Prong (grounded) 15 Amp The date of delivery is ordered by purchase order with delivery being FOB Destination to the Department of Veteran's Affairs, Iowa City VAMC, 601 Highway 6 W, Iowa City, IA 52246. (Contact Nick Beelner at (319) 338-0581 ext: 7509 for questions. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 16:00 pm CST on September 14, 2011. Proposal may be mailed, faxed or emailed to Todd Yahnke at the Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, fax: (319) 887-4957, or e-mail: todd.yahnke@va.gov. For additional information regarding this notice please contact Todd Yahnke at the provided email address or by calling (319) 688-3842.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26311RQ0919/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0919 VA-263-11-RQ-0919.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261748&FileName=VA-263-11-RQ-0919-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261748&FileName=VA-263-11-RQ-0919-000.doc

 
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: VAMC Iowa City;601 hwy 6 West;Iowa City, IA
Zip Code: 52246
 
Record
SN02590437-W 20110925/110923235907-82b52100926c3ccc0b50c6d7d9337470 (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.