Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
DOCUMENT

65 -- THIN PREP - Attachment

Notice Date
9/18/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24414Q0698
 
Response Due
8/1/2014
 
Archive Date
9/30/2014
 
Point of Contact
JESSE.RUMBEL@VA.GOV
 
E-Mail Address
Jesse.Rumbel@va.gov
(Jesse.Rumbel@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis CONTRACT CLAUSES SECTION C - CONTRACT CLAUSES C.1 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2014) C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2014) C.3 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) C.4 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) C.5 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) C.6 VAAR 852.246-70 GUARANTEE (JAN 2008) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS D.1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) D.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) SECTION E - SOLICITATION PROVISIONS E.1 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) E.2 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014) E.3 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAY 2014) E.5 52.216-1 TYPE OF CONTRACT (APR 1984) E.6 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) E.7 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) E.8 VAAR 852.273-70 LATE OFFERS (JAN 2003) E.9 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) NAICS 339112 500 employees. DESCRIPTION OF ITEM SCOPE OF WORK: CLIN 1 70031-001 1 ThinPrep 2000 Processor 1 EA $______________$______________ CLIN 2 FREIGHT 2 FREIGHT 1 EA $______________$______________ CLIN 3 40-250 MyoSure Rod Lens Hysteroscope w/removable outflow channel ` 2 EA $______________$______________ CLIN 4 40-903 MyoSure Hysteroscope Instrument Tray It was explained that this could be ordered with the equipment. Please do not place a barcode on it. This is an instrument tray. 2 EA $______________$______________ Grand total $_______________ DELIVERY: Delivery of items covered on this contract shall be no later than 10/15/2014. Contractor shall be required to work with the Contracting Officer Representative for further delivery instruction. INSTALLATION AND INSURANCE REQUIREMENTS: (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (a) Workers' compensation and employer's liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. QUOTES: All quotes received as a result of this solicitation shall be valid for a period of 100 days from the closing of this solicitation. CHANGES TO STATEMENT OF WORK: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. STATEMENT OF AWARD: The Government intends to award to one (1) CONTRACT AS A RESULT of this solicitation, In order to be awarded this delivery order the offorer shall not be listed as derogatory on the following data base. a. http://www.fda.gov/ora/compliance_ref/debar/default.htm b. http://exclusions.oig.hhs.gov/ In order to be awarded this delivery order the offorer shall be compliant with the data base. a. https://www.dnb.com/product/contract/VeteransAffairs/index.htm c. http://www.dol.gov/vets/programs/fcp/main.htm d. http://www.vip.vetbiz.gov/general_user/register/default.asp e. https://www.sam.gov/portal/public/SAM/ EVALUATION CRITEREA: The solicitation is a Request for Quote (RFQ) and will be awarded to the offeror or offers who is considered (Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2. A pass /fail system will be used to assess an offeror's technical capability. An offeror must receive 100% "pass" rating in the technical portion to be considered for award. Based on this determination and display of relevant and satisfactory past experience, the award will be made to the offeror or offers that propose the lowest price. The following factors are listed below that shall be used to evaluate offers: By the closing date of this solicitation all offers shall be no longer that ten (10) pages, include a table of contents, and emailed to jesse.rumbel@va.gov. The subject of all emails shall contain the solicitation number and offerors business name. Price Delivery Schedule Past Performance Compatibility CONTRACT ADMINISTRATION: The contract will be administered by the contracting officer (CO), and by the contracting officer's representative (COR), as delegated by the CO. The COR will recommend to the CO contract modification, if necessary. The CO will approve and process contract modifications as appropriate. The COR will review contractor's invoices and will then submit them to the CO with a recommendation for approval or denial. INVOICING AND OB10 MANDATE INSTRUCTIONS: All packages, invoices, boxes, pallets, packing list, ect. shall be marked with the appropriate DEPARTMENT OF VETERANS AFFAIRS STATION 646 PUCHASE ORDER NUMBER. The purchase order number for this contract is listed on page one (1) block twenty (20) of the 1449. By not complying or conforming to these instructions may result in packages being refused, returned, delayed payment and acceptance and returned to the contractor. Any packages refused or returned to the contractor shall be re-performed at the contractors own expense. Any late charges for payments, restocking stocking fees, and interest accrued for non-paid invoices shall not be paid by the VA Pittsburgh Healthcare System 646 if the delivery is not compliant with this section. Mandatory Electronic Invoicing VA published the final rule requiring vendors to submit invoices electronically to the Financial Services Center (FSC) in the November 27, 2012 Federal Register. The rule became effective December 27, 2012. The rule includes a new contract clause to be inserted in all solicitations and contracts by the contracting officer. Vendors can comply with the rule by using either of the two methods below: 1.The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Vendors can go to the following website to find out additional information on use of OB10 http://www.ob10.com/us/en/veterans-affairs/ For information on OB10 electronic invoicing set-up, vendors should call 877-752-0900, or email USClientServices@ob10.com. 2.A system that conforms to the X12 electronic data interchange (EDI) format established by the Accredited Standards Center. For FSC e-Invoicing information, please call 877-353-9791 or email vafsccshd@va.gov. The X12 EDI Web site (http://www.x12.org). The FSC's electronic invoicing system provides a variety of flexible solutions for all vendor types, including small businesses, and does not require any vendor transaction fees. More information on the FSC electronic invoicing process can be found at http://www.fsc.va.gov/einvoice.asp. http://www.ob10.com/us/en/veterans-affairs/ OB10 Client Services Phone: 1.877.752.0900, Option #2 E-mail: VA.Registration@OB10.com CPARS REQUIREMENTS: REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS) a. As prescribed in Federal Acquisition Regulation (FAR) Part 42.1502 and 42.1503, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $150,000. The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, Contractor Performance Assessment System (CPARS), which is maintained by the Naval Sea Logistics Center in Portsmouth, Virginia. CPARS has connectivity with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system used to collect and retrieve performance assessment reports used in source selection determinations and completed CPARS report cards transferred to PPIRS. CPARS also includes access to the Federal Awardee Performance and Integrity Information System (FAPIIS). FAPIIS is a web-enabled application accessed via CPARS for contractor responsibility determination information. b. The Contractor will have an opportunity to review their ratings/comments, under the step "Contractor Comments" in CPARS. You will be notified via email by the CPARS system to review the report and provide comments. Each contractor whose contract award is estimated to exceed $100,000 may register with CPARS database at the following web address: www.cpars.gov in order to review the past performance evaluations. Help in registering can be obtained by contacting Customer Support Desk @ DSN: 684-1690 or COMM: 207- 438-1690. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the Contractor's registered representative. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. INFORMATION SERCURITY: Contractors shall have no access to Department of Veterans Affairs' computer systems. If required each contractor employee working on-site must complete training course "VA Privacy and Information Security Awareness and Rules of Behavior". When a new contractor employee arrives on-site they must contact Service Line Business Manager who will arrange for this training.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24414Q0698/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-Q-0698 VA244-14-Q-0698_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1641811&FileName=VA244-14-Q-0698-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1641811&FileName=VA244-14-Q-0698-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03518204-W 20140920/140918235803-8cd3d6b01cebcdb4f9b4e5637c38535b (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.