Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
DOCUMENT

58 -- PROGRAMMER - 653 - Attachment

Notice Date
2/24/2012
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
VISN 20 Acquisition Division;US Department of Veterans Affairs;960 Broadway Ave Suite 460;Boise ID 83702
 
ZIP Code
83702
 
Solicitation Number
VA26012Q0527
 
Response Due
2/29/2012
 
Archive Date
3/5/2012
 
Point of Contact
Amy Kuczajda
 
E-Mail Address
Contract Specialist
(Amy.Kuczajda@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The solicitation number, VA-260-12-Q-0527, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 02 Feb 2012 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to 2008-01. The North American Industry Classification System (NAICS) Code for this acquisition is 334290, Size Standard: 750 Employees. This procurement is set-aside for small business concerns. Item Description Unit PriceAmount 1 20.00 EA ___________________ ____________________ Voice Pager PN: VP101PRO MFR: Apollo Brand Name or Equal will be accepted PN: ____________________ MFR: ____________________ Brand: ____________________ 2 1.00 EA ___________________ ____________________ VP101 PROGRAMMER PN: PGRM MFR: Apollo Brand Name or Equal will be accepted PN: __________________ MFR: __________________ Brand: __________________ ______________________ GRAND TOTAL --- ==================== FOB point is Destination (The Contractor is responsible for all freight charges): Department of Veterans Affairs, Roseburg VA Medical Center, 913 NW Garden Valley Blvd, Roseburg, OR 97470. Delivery shall be made no later than 30 Calendar Days after receipt of purchase order. Proposed Delivery Date: ________________ Full text version of the clauses and provisions can be viewed at: http://farsite.hill.af.mil/vffara.htm or http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). Addenda to FAR 52.212-4: FAR 52.252-2 Clauses Incorporated by Reference VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manuals (Nov 1984), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.246-70 Guarantee (Jan 2008) (one year) VAAR 852.273-76 Electronic Invoice The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Feb 2012) for the purposes of this document, the following blocks in paragraph (b) are considered checked: 52.219-6 Notice of Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American Act-Supplies (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (Feb 2012), applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All proposals will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. Addenda to FAR 52.212-1 are as follows: 52.211-6 Brand Name or Equal (Aug 1999) All items offered must comply with FAR Provision 52.211-6, Brand Name or Equal, and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: MFR Name: ____________________ Brand: ____________________ Model Number: ____________________ If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), applies to this solicitation. 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 capability, compliance with the solicitation requirements and Business Classification. Priority is as follows (rated highest to lowest) -Service Disabled Veteran Owned Small Business (SDVOSB) VetBiz CVE Certified -Veteran Owned Small Business (VOSB) VetBiz CVE Certified -8(a) -HUBZONE -Small Business Technical and past performance, when combined, are approximately equal to price. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Offers must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Offers are due by 29 Feb 2012 at 1300 Mountain Standard Time. The assigned Contracting Officer is Amy Kuczajda. Quotations can be mailed, faxed or emailed to: VISN 20 Contracting Office, Attn: Amy Kuczajda, 960 Broadway Ave, Suite 460, Boise, ID 83702; Fax: 208-515-1107; E-mail: amy.kuczajda@va.gov. Quotation should be marked with the Request for Quote number VA-260-12-Q-0527. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26012Q0527/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-12-Q-0527 VA260-12-Q-0527_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300521&FileName=VA260-12-Q-0527-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300521&FileName=VA260-12-Q-0527-000.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: Roseburg VAHCS;913 NW Garden Valley Blvd;Roseburg, OR
Zip Code: 97470
 
Record
SN02682719-W 20120226/120224235109-ea296cdef2e32f71946e4d6ed6de4dc5 (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.