Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
DOCUMENT

65 -- Sheath Introducer (MSPV) - Attachment

Notice Date
9/15/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11916Q0644
 
Response Due
10/3/2016
 
Archive Date
11/2/2016
 
Point of Contact
Maurice Spencer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Combined Synopsis/Solicitation This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for commercial items, 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. Solicitation number VA119-16-Q-0644 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-73 dated 29 April 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. This procurement action is set-aside. The Department of Veterans Affairs (VA) intends to award a Firm Fixed Price Blanket Purchase Agreement (BPA) in accordance with FAR Part 13.303 with a five year (60 month) ordering period for the VA Office of Procurement and Logistics, Surgical Program Management Office. The purpose of this BPA is to standardize Sheath Introducers across the VA and secure volume based pricing on the items required. Delivery is FOB destination. The delivery time offered for all calls placed against the resultant BPA shall not exceed 21 calendar days after receipt of order (ARO). Awardees shall deliver to all U.S. facilities and U.S. territories. Calls will be placed against this BPA in writing, by phone, or via facsimile in accordance with the MSPV program. Contract Line Item Numbers (CLINs) are provided as follows: CLIN 0001: CARDIOVASCULAR SHEATH INTRODUCERS; CLIN 0002: PERIPHERAL VASCULAR SHEATH INTRODUCERS; CLIN 0003: RENAL SHEATH INTRODUCERS, and; 0004 OTHER SHEATH INTRODUCERS. Subcontract Line Item Numbers are assigned to each CLIN category and are included within the attached document, VA119-16-Q-0644. A detailed description of this requirement is provided in the Instruction to Offers within the Minimum Technical Requirements tables provided herein. The quantities provided in the attached documents are projections per-year, per Sheath Introducers category and type. The quantities of Sheath Introducers are estimates only and do not obligate the Government to purchase stated quantities. The Government estimates, but does not guarantee that the volume of purchases through this BPA will be as set forth in the attached RFQ VA119-16-Q-0644. This BPA does not obligate any funds. Those quantities will be used to determine the evaluated price for each year: SHEATH INTRODUCERSCLIN 0001: CARDIOVASCULAR SHEATH INTRODUCERSCLIN 0002: PERIPHERAL VASCULAR SHEATH INTRODUCERSCLIN 0003: RENAL SHEATH INTRODUCERSCLIN 0004: OTHER SHEATH INTRODUCERS BASE YEAR30,5784,5882,32728,398 OPTION YEAR 130,5784,5882,32728,398 OPTION YEAR 230,5784,5882,32728,398 OPTION YEAR 330,5784,5882,32728,398 OPTION YEAR 430,5784,5882,32728,398 Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Addendum is provided in Attachment RFQ. Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the MINIMUM TECHNICAL REQUIREMENTS (MTR) standards for non-cost factors. Quotes will be evaluated for technical acceptability. To receive consideration for award, the proposed item(s) must meet all of the minimum technical requirements (MTRs) for both the technical product literature review and the product demonstrations. The Government intends to issue a single BPA to one (1) contractor that will serve as the single source of supply to provide all FOUR (4) types of SHEATH INTRODUCERS Enterprise-wide. The intention is that no more than one (1) contractor will be selected to provide products for a particular type of forceps, considering standardization is a top priority of this acquisition. Successful award of this acquisition will allow VHA to maintain uniformity amongst the FOUR (4) types of SHEATH INTRODUCERS being utilized by its field activities. However, the Contracting Officer retains the authority to determine which approach will be the most advantageous to the Government. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies; Addendum is provided herein (BPA Terms and Conditions - Attachment A). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies. The Defense Priorities and Allocations Systems (DPAS) and assigned rating do not apply to this acquisition. The following Provisions and Clauses apply: FAR 52.202-1 Definitions (NOV 2013); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster(DEC 1992); 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 852.246-71 Inspection (JAN 2008); VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852.233-71 Alternate protest procedure (JAN 1998); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008); VAAR 852.273-70 Late Offers (JAN 2003); VAAR 852.273-74 Award Without Exchanges (JAN 2003) Quotes are due by 12:00 noon EDT on Monday, October 3, 2016. POC regarding this combined synopsis/solicitation is Maurice Spencer, Contract Specialist; Email Maurice.spencer@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ed5748039ace3b1c8252a040d2929eb)
 
Document(s)
Attachment
 
File Name: VA119-16-Q-0644 VA119-16-Q-0644.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007371&FileName=VA119-16-Q-0644-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007371&FileName=VA119-16-Q-0644-000.docx

 
File Name: VA119-16-Q-0644 ATTACHMENT A Medical Surgical Prime Vendors.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007372&FileName=VA119-16-Q-0644-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007372&FileName=VA119-16-Q-0644-001.docx

 
File Name: VA119-16-Q-0644 ATTACHMENT B - BPA Quarterly Reporting.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007373&FileName=VA119-16-Q-0644-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007373&FileName=VA119-16-Q-0644-002.xlsx

 
File Name: VA119-16-Q-0644 ATTACHMENT C-Pricing and Product Information.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007374&FileName=VA119-16-Q-0644-003.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007374&FileName=VA119-16-Q-0644-003.xlsx

 
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: Enterprise-wide
Zip Code: 22408
 
Record
SN04273034-W 20160917/160915235346-6ed5748039ace3b1c8252a040d2929eb (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.