Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
DOCUMENT

65 -- VA250-14-Q-0867 Drying Cabinet - Attachment

Notice Date
9/22/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Chalmers P. Wylie VAACC;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25014Q0867
 
Response Due
9/24/2014
 
Archive Date
11/23/2014
 
Point of Contact
Jonathan Charles
 
E-Mail Address
an.charles@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION DATE: 22 Sep 2014 PRODUCT: Lowest Price Technically Acceptable FACILITY: Cincinnati VAMC AGENCY: Department of Veterans Affairs THIS IS A COMBINED SYNOPSIS AND SOLICITATION ANNOUNCEMENT. THE PURPOSE OF THIS ANNOUNCEMENT IS TO OBTAIN OFFERS FOR DRYING CABINETS. RESPONSES TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE EVALUATION AND AWARD DECISIONS. SEE SF1449 FOR DETAILED SOLICITATION INFORMATION. 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 VA250-14-Q-0867 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a small business set-aside and the associated NAICS code is 339112 and small business size standard is 500 Employees. The requirement is for a transformer replacement. See attached SF1449 for description and requirements. Delivery location is Cincinnati VAMC and shall be FOB destination. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. In addition to filling out the price schedule, offers should provide three points of contacts, to include contact information, from three past jobs similar in size and scope. Offers should also include best expected delivery date. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection STATEMENT REGARDING RESPONSE ACTION Quotes are to be e-mailed to the following Government Point of Contact: Jonathan D. Charles Contract Specialist Network Contracting Office (NCO) 10, Supply Team 420 North James Road Columbus, Ohio 43219-1834 Telephone: 614.388.7031 Facsimile: 614.388.7500 Email: jonathan.charles@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25014Q0867/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0867 VA250-14-Q-0867_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646936&FileName=VA250-14-Q-0867-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646936&FileName=VA250-14-Q-0867-000.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: Cincinnati VAMC;3200 Vine Street;Cincinnati, OH 45220-2213
Zip Code: 45220-2213
 
Record
SN03522276-W 20140924/140922235618-d87837e63d91a7d098f762da0b793256 (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.