Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

65 -- 459-18-4-092-0441 Audiometric Booths (VA-18-00158222) - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26118Q9665
 
Archive Date
9/28/2018
 
Point of Contact
Shannon Archer
 
E-Mail Address
1-9000
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 3 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Evaluation Method: Using Tiered Evaluation Procedures Solicitation Number: 36C26118Q9665 Response Date: 9/19/2018 Product or Service Code: 811219 Set Aside: SDVOSB, VOSB, SB NAICS Code: 6525 Contracting Office Address Southern Nevada Healthcare System, 6900 North Pecos Road, North Las Vegas, NV 89086 Description This is a combined synopsis/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, 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 Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 August 22, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5M in revenue. The Department of Veterans Affairs, Pacific Islands Healthcare System, 459 Patterson Road, Honolulu, HI 96819-1522 is seeking to purchase NEW Audiometric Booths. CLIN 0001 - ETS Lindgren Custom Double Wall Audiometric Test Booth Description: Inside Dim.: 9'-4" wide by 7'-0" deep by 6'-6" high; Outside Dim.: 11'-4" w x 9'-0" d by 8'-10" h Quantity: 2 Each CLIN 0002 - Sound Room Relocation/Installation, Labor Quantity: 2 Each CLIN 0003 - Travel Expense, incl. flights, hotel, rental car for two persons Quantity: 2 Each CLIN 0004 - ETS Ramp Quantity: 2 Each Interested companies shall provide quotations based on the salient characteristics. Please include the country of origin for all items. Delivery shall be provided not later than 30 days after receipt of award. Delivery shall be FOB-Destination. Place of Performance/Delivery Location: Pacific Islands Healthcare System, Address: 459 Patterson Road, Honolulu, HI Postal Code: 96819-1522 Country: United States 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) 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. The following factors shall be used to evaluate offers: Price, Delivery & If the quote meets or exceeds the technical requirements and past performance. (b) TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) The VA will issue a purchase order to the selected submitter at the submitted price or at the discussed discounted price. The purchase order will become binding if the order is signed by the vendor or if performance has taken place by the vendor. The contracting office will post awards over $250K to FBO.gov. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ - www.acquisition.gov The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2017) FAR 52.211-6, Brand Name or Equal (Aug 1999) Offerors must complete annual representations and certifications on-line at http://www.SAM.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 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://farsite.hill.af.mil/ - www.acquisition.gov The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) The following subparagraphs of FAR 52.212-5 are applicable: 4, 8, 14, 22, 25, 26, 27, 28, 30, 33, 42, 47, 55, 59, The following VA provisions and clauses are applicable: 852.203-70 - Commercial Advertising (Jan 2008) 852.219 10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009) 852.219-11 - VA Notice of Veteran-Owned Small Business Set-Aside (Jul 2016) 852.232-72 - Electronic Submission of Payment Requests (Nov 2012) 852.246-71 Inspection (Jan 2008) All quoters shall submit the following: Quote that includes (1) Vendor Contact Information, (2) DUNS number, (3) Unit Price & Extended Price, (4) Any brochures, specifications that will allow the VA to determine whether any substitutes offered are indeed equals to the specifications, (5) Proof that you are an authorized distributor/reseller of the product you are offering, (6) Statement certifying that the product you are offering in new and is not refurbished. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be submitted via e-mail and received not later than 9/19/2018, 1400 PST to Shannon.Archer@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Shannon Archer, Shannon.Archer@va.gov, 702-791-9000 x18932.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75a20d715412e53a66ee0ca46cd4c926)
 
Document(s)
Attachment
 
File Name: 36C26118Q9665 36C26118Q9665.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590909&FileName=36C26118Q9665-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590909&FileName=36C26118Q9665-000.docx

 
File Name: 36C26118Q9665 SOW_Audiometric Booths.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590910&FileName=36C26118Q9665-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590910&FileName=36C26118Q9665-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05087878-W 20180915/180913231307-75a20d715412e53a66ee0ca46cd4c926 (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.