Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOLICITATION NOTICE

65 -- 583 - NEUTRON SURVEY METER

Notice Date
4/29/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
36C25019Q0676
 
Response Due
5/2/2019
 
Archive Date
5/5/2019
 
Point of Contact
LONNELLE.JONES@VA.GOV
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for quote to be requested with no other form of written solicitation to be issued. This solicitation RFQ-36C250-19-Q-0676 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 01-13-2017. The North American Industry Classification System (NAICS) number is 334519 and the business size standard is 500 in number of employees. This is a solicitation only pertaining to brand name or equal to item (s). Supply necessary materials and/or parts for a FUJI PORTABLE NEUTRON SURVEY METER-LIGHTWEIGHT per the attached requirements. Materials and parts will be delivered to; Indianapolis Medical Center, 1481 West 10th Street, Indianapolis, IN 46202, Radiation Oncology Department, FOB destination. Requirements: QTY 2 - EA NSN3 Portable Neutron Survey Meter light-weight and small without polyethylene moderator ambient dose equiv ambient dose rate equiv neutrons pelican case Note: Light weight (5-7lbs) preferred. Portable neutron meter with energy response suitable for radiation therapy shielding measurements. Dose rate calibration to MFR Procedure Dose rate calibration based on dose rate used for calibration for one (1) minute Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. The following additional provisions apply: 52.212-2, Evaluation-Commercial Items, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, technical, price and past performance considered. To be lowest price technically acceptable the offeror shall meet or exceed the Government's specifications. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quote. 52.212-4, Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. 52.212-5, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: Purchase order (SF 1449) will be awarded to the winning bid with submission of Invoice through Tungsten upon delivery of ALL items listed on spreadsheet. From the VAAR the following apply: 852.232-72   Electronic submission of payment requests. All invoices must be submitted to Tungsten for payment processing. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer. 852.246-71 Inspection of all parts will be held. If goods are rejected, they will be held for 15 days, if not replaced, the rejected merchandise will be returned to the contractor at their risk and expense. Payment of invoice will be delayed. Contact: Lonnelle Jones, Contracting Specialist, via email at Lonnelle.jones@va.gov. No telephone inquiries will be accepted. Only written inquires received directly for the offeror are acceptable. All quotes must be received by 5/2/2019 by 4:00pm EST to Lonnelle.Jones (Lonnelle.jones@va.gov). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/36C25019Q0676/listing.html)
 
Place of Performance
Address: VAMC INDIANAPOLIS;1481 WEST 10TH ST;INDIANAPOLIS, IN
Zip Code: 46202
Country: USA
 
Record
SN05295769-F 20190501/190429230031 (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.