Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

66 -- 36C24918Q9520 - RESEARCH EQUIPMENT - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9520
 
Response Due
7/16/2018
 
Archive Date
7/31/2018
 
Point of Contact
Wyatt - Contractor Williams
 
E-Mail Address
5-9999<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 8 of 8 General Information Document Type: Combined Synopsis/Solicitation RFQ Number: 36C249418Q9520 Posted Date: 7/11/2018 Response Date: 7/16/2018 @ 12PM CST Classification Code: 6640 Set Aside: Veteran Owned Small Business (including SDVOSB) NAICS Code: 334516 Contracting Office Address Network Contracting Office 9 ATTN: Crystal Baird Department of Veterans Affairs Contracting Office, 4th floor 1639 Medical Center Parkway Murfreesboro, TN 37129 Description 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99/06-15-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 EMPLOYEES. The Network Contracting Office (NCO) 9 is seeking a contractor that will provide  the following listed LABORATORY RESEARCH EQUIPMENT in the exact brands and models shown. All questions regarding this RFQ must be in writing and may be sent by e mail to wyatt.williams@va.gov. Questions must be received no later than July 13, 2018 at 12:00 PM CST. No further questions will be accepted after that date and time. Answers to questions will be added to solicitation in the form of an Amendment. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. All interested companies shall provide a brand name quotation for the following: Schedule: CLIN Part Number Item Description Qty Unit of Issue Price Extended Price 0001 AMAFD2000 EVOS FL AUTO 2.0 1 ea 0002 A31921 SMARTSTART FULL DAY EVOS 1 ea 0003 AMEP4680 PL FL 4X LWD PH, 0.13NA/16.9WD 1 ea 0004 AMEP4681 PL FL 10X LWD PH, 0.25NA/9.2WD 1 ea 0005 AMEP4682 PL FL 20X LWD PH, 0.40NA/3.1WD 1 ea 0006 AMEP4734 PLAN S-APO 20X, NA 0.75 1 ea 0007 R10477 MOLECULAR PRO CELL IMAGING KIT 1 ea 0008 AMEP4619 HOLDER PACK, AMEPVH001, VH010 1 ea 0009 AMC1000 ONSTAGE INCUBATOR 1 ea 0010 AMEPVH057 OSI VH SLIDE RESTRAINED, 2X 1 ea 0011 AMEP4650 EVOS LED CUBE/DAPI 1 ea 0012 AMEP4651 EVOS LED CUBE/GFP 1 ea 0013 4484073 PROFLEX 3X32-WELL PCR SYSTEM 1 ea 0014 A32749 IBRIGHT CL1000 IMAGING SYSTEMiBright CL1000 Instrument 1 ea 0015 A34016 SMARTSTART, IBRIGHT 1 ea 0016 AMEP4655 EVOS LED CUBE/TX RED 1 ea 0017 Q33227 QUBIT 4 QUANT STARTER KIT 1 ea 0018 EXTENDED WARRANTY FOR EVO FL AUTO2 DUAL 1 ea 0019 RAPID EXCHANGE SERVICE FOR ONSTAGE INCUBATOR REPLACE WITH FACTORY CERTIFIED REFURBISHED INSTRUMENT FOR SAME MODEL W/IN ONE BUSINESS DAY 1 ea 0020 ASSURANCE PLAN FOR IBRIGHT CL PREVENTATIVE MAINTENANCE INSTRUMENT MONITORING FAST RESPONSE REPAIR SERVICE 1 ea TOTAL PRICING 1. Quotes should include FOB Destination and any costs associated. 2.    All offers and responses must be submitted electronically. 3.    Preference: will be IAW FAR Part 13.003(b)(1) and VAAR 813.003-70(c)(1) 4.     Brand Name Only 5.   Brand name offers will only be considered and no or equal part accepted. 6.   Acceptance of quotes after deadline will be CO s discretion and in the best interest of the Government. 8. Any extensions to the closing date will be added via Amendment to this solicitation on FBO. 9. Quotes MUST be returned on schedule document contained in this RFQ. 10. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, phone number, and GSA/FSS schedule as applicable. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the above pricing schedule. Not completing the pricing will result in unsuccessful quote. Price will be evaluated based on the lowest summary price. Offerors shall provide only one quote. Non-compliance with this requirement will result in disqualification of both quotes. The Government intends to award a contract resulting from the RFQ. Award will be made on the basis of the lowest evaluated price of a quote meeting the acceptability standards for non-cost factors, and deemed to be responsible. Quotes shall be submitted via e-mail to wyatt.williams@va.gov (contrctor). All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closes. Award: The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Place of Performance Tennessee Valley Health System VAMC, Nashville Campus, Nashville, TN 37212 The Basic Period of Performance The period of performance is 60 Days ARO with expected delivery eight (8) weeks after an award is placed. The Government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include one of the two following statement herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following: (insert such changes)" Quoter shall list exception(s) and rationale for the exception(s). Inclusion of the exception(s) does not in any way bind the government to acceptance of said exceptions, but shall be reviewed for applicability and acceptance by a warranted Contracting Officer. *Failure to indicate one or the other will result in the Government s understanding that the offeror agrees to the former statement and will make all evaluations as such. Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 / 06-15-2018. The following contract clauses and provisions apply to this acquisition: 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors 52.219-8 Utilization of Small Business Concerns (NOV 2016) Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016)(Deviation) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB. (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov): and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from verified veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a veteran-owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB and/or VOSB as appropriate. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.232-72 Electronic Submission of Payment Requests (NOV2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) 852.246-71 Inspection (JAN 2008) Rejected goods will be held subject to contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account. (End of Clause) Points of Contact Contracting Officer Name: Crystal Baird Organization: NCO 9 Phone No.: 615-225-5427 Contractor Point of Contact: Contractor Legal Business Name: (TBD) DUNS: AGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9520/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9520 36C24918Q9520.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471586&FileName=36C24918Q9520-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471586&FileName=36C24918Q9520-000.docx

 
File Name: 36C24918Q9520 P03 - Justification for Other than Full and Open Competition (print)_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471587&FileName=36C24918Q9520-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471587&FileName=36C24918Q9520-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04988106-W 20180713/180711231453-3a8f679244d9c12e39e6d0563836e77d (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.