Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

65 -- ROTEM Homeostasis Analyzer - RFQ

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
ID08170140
 
Archive Date
12/28/2017
 
Point of Contact
Heidi Sawyer, Phone: 3032365032
 
E-Mail Address
heidi.sawyer@gsa.gov
(heidi.sawyer@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
brand name justification RFQ for readability and response SOLICITATION FOR COMMERCIAL ITEMS General Information Solicitation Number: ID08170140 Original Response Date: December 13, 2017 Current Response Date: December 13, 2017 Product or Service Code: 65 - Medical, Dental, and Veterinary Equipment and Supplies NAICS Code: 339112 - Surgical and Medical Equipment Manufacturing Contracting Office Address GSA Region 08 PO Box 25530 Denver, CO 80225 United States Requiring Agency and Office Address Department of Veteran's Affairs Montana VAMC 3797 Patriot's Way Bldg 170 Fort Harrison, MT 59638 Description This is a brand name solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," and FAR subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 - Surgical and Medical Equipment Manufacturing, size standard 1,000 employees. This solicitation is a total small business with a preference to award to Service Disabled Owned Veteran Small Business or Veteran Owned Small Business. The General Services Administration, Federal Acquisition Service, Rocky Mountain Region (08) is seeking to purchase one (1) homeostasis analyzer and printer. This is a brand name solicitation for ROTEM Delta Homeostasis Analyzer. Bill of Materials The Buy American Act applies to this solicitation. Please provide country of origin for the equipment in your quote. Supplies Price Table Line Item Description Quantity Unit Unit Price Total Price 0001 Homeostasis Analyzer and all related parts, equipment, delivery, and training 1 EA tiny_mce_marker________ tiny_mce_marker__________ 0002 Printer compatible with CLIN 0001 1 EA tiny_mce_marker________ tiny_mce_marker__________ Delivery shall be provided within 60 calendar days after contract award. Delivery terms: FOB destination - The contractor shall deliver all materials and equipment to Nicole Fredrickson, Nicole.fredrickson@va.gov or 801-582-1565 X2513. Place of Delivery Address: 500 Foothill Drive, Bldg 7A Postal Code: SALT Lake City, UT, 84148 Country: UNITED STATES Basis of Award Award shall be made to the responsible Offeror representing the overall best value on the basis of technical acceptability and low price. Contract Clauses and Provisions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Jan 2017), applies to this acquisition. 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (JAN 2017) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. The following contract clauses apply to this acquisition: 1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (JAN 2017) 2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (JAN 2017) The following subparagraphs of FAR 52.212-5 are applicable: X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13) [Reserved] X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). __ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). __ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X__ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. __ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). __ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (40)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (41)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __ (46) 52.223-21, Foams (Jun 2016) (E.O. 13693). __ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. X__ (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). X__ (49)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. X__ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X__ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)). __ (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Deviation per Class Deviation-Veterans First Contracting Program (VFCP 2016), dated July 25, 2016, revises the clause at VAAR 852.215-70 to update the web address for the VIP database. This deviation is effective until incorporated into the VAAR or the VAAM or is otherwise rescinded.] As prescribed in 815.304-71(a), insert the following clause: SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016) (DEVIATION) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled Veteran-owned or Veteran-owned small business status and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subcontractors. (b) Eligible service-disabled Veteran-owned offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov). (c) Non-Veteran offerors proposing to use service-disabled Veteran-owned small businesses or Veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov). (End of Clause) VAAR 852.215-71 Evaluation Factor Commitments. As prescribed in 815.304-71(b), insert the following clause: EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) ITSS Registration The successful offeror will be contacted by GSA Federal Acquisition Services (FAS) and instructed to register on the IT Solutions Shop (ITSS) website. When registering on ITSS, the Contractor's address to be entered is the address associated with the DUNS Number the contractor used when registering on www.sam.gov. Award will not be made until the contractor is successfully registered in ITSS. Invoice Submission The Contractor is required to submit invoices electronically via the detailed instructions provided at: https://web.itss.gsa.gov/itss/v41_helpdocs.nsf/LUIndex/Elimination_of_Paper_Invoicing The Contractor is required to upload a copy of its invoice, including all backup documentation into ITSS to facilitate prompt payment. ITSS is GSA FAS's business systems portal. The invoice and ITSS process/registration can be discussed in more detail at post-award meeting if requested. Invoice Requirements All invoices shall be submitted in accordance with the pricing schedule. All invoices shall identify the specific contract line item number (CLIN), description of related task as stated in the specifications, the unit rate and any applicable units executed. Invoices shall be submitted in a timely manner and MUST INCLUDE CONFIRMATION OF DELIVERY to include name, date, and time of person accepting receipt of items. Invoices that do not meet the minimum requirements shall be rejected. Invoices shall be submitted electronically only, unless otherwise specified, to the designated billing office specified in this order. In addition to the requirements for a proper invoice specified in the payment clause 52.212-4 of this order, the following information or documentation must be submitted with each invoice: Contract No.: To be provided at award ACT Number: To be provided at award ITSS Project No.: ID08170140 Project Title: Homeostasis Analyzer Evaluation of Quotations 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. In order to be considered for award submit a response for each of the following discernable indicators: 1) Technical acceptability: A) Preference for Service Disabled Veteran Owned Small Business/Veteran Owned Small Business: Preference for award will be given to SDVOSB and VSOB sources as described in VAAR 815.215-71. B) FAR 52.225-18 Place of Manufacture (MAR 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- __(1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or __(2) Outside the United States. (End of provision) C) Buy American information including but not limited to pertinent certificates for the equipment/products listed in the Bill of Materials section of this RFQ. The Contractor shall identify a response for each provision listed marking a provision as "not applicable" as determined appropriate. __FAR 52.225-2 Buy American Act Certificate (May 2014) __FAR 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Jan 2016) __FAR 52.225-6 Trade Agreements Certificate (May 2014) __FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification (Aug 2009) __FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (Dec 2012) D) Delivery schedule must be stated on the quotation response documents. Delivery date: ¬¬¬¬¬¬¬¬¬¬¬¬¬_______________________ (may be stated as X days ARO). 2) Past performance: The government reserves the right to review past performance information either obtained by or provided to the Government including Contractor's proposal, personal knowledge, information contained in the Past Performance Information Retrieval System (PPIRS). 3) Terms and Conditions acceptability: This is a brand name request for quotations for products as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). 4) Price information: 1 copy of completed price table "Supplies Price Table" and back up detail including a listing of all required components, including quantity and unit price information. Evaluation The Government intends to award a firm fixed price purchase order on the basis of the best value to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A comparative evaluation of offers will be used; after preliminary consideration of all quotations that meet the criteria for technical acceptability, award will be made to the technically acceptable Offeror at the lowest fair and reasonable price. Offeror may include Past Performance, which the Government may verify in Past Performance Information Retrieval System (PPIRS) as well as any other discernible information the offeror would like considered as a best value, when compared and evaluated to other offerors. A price evaluation will be performed to determine the price is fair and reasonable. Reasonableness will be determined considering other competitive prices received, comparisons to the Independent Government Estimate, and/or any other information the Contracting Officer deems useful. The quotation shall be sent to the Contracting Officer by electronic mail to heidi.sawyer@gsa.gov. Submission shall be received not later than December 15, 2017, 5:00pm Mountain Time to GSA Region 08, P.O. Box 25530, Denver, CO 80225. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Email quotations will be accepted to heidi.sawyer@gsa.gov, fax quotations will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Heidi Sawyer, heidi.sawyer@gsa.gov. Point of Contact Contracting Officer Heidi Sawyer Phone: 303-236-5032 Email: heidi.sawyer@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba5ae40d625d1d9db38e1d99f0be9715)
 
Record
SN04758529-W 20171208/171206231051-ba5ae40d625d1d9db38e1d99f0be9715 (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.