Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

65 -- *** Currently working on a previous contract///RMB. 508-19-4-272-0212 Armstrong Auto Locking Cart*** (VA-19-00077891) Anesthesia Auto Locking Cart - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719Q1111
 
Response Due
9/16/2019
 
Archive Date
10/16/2019
 
Point of Contact
Richard Bogle
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
2 The Department of Veterans Affairs Network Contracting Office (NCO) 07, Atlanta VA Medical Center has a requirement for an Anesthesia Auto Locking Cart. The North American Industry Classification System (NAICS) code for this procurement is 423450 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers. Department of Veterans Affairs Atlanta VA Medical Center intends to award a Firm Fixed Price Contract for the Anesthesia Auto Locking Cart. 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 03 (eff. 06/12/2019). This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 423450 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers and the business size standard is 200. Salient Characteristics Anesthesia Auto Locking Cart   PLEASE address each salient characteristic as your item must meet or exceed each specification. This RFQ will be Awarded based on LPTA; No Grey Item Retailer(s); must be authorized dealers at time of the publishing of this RFQ ITEM DESCRIPTION: Description/Part Number Qty Unit of Issue Anesthesia Auto Locking Cart/PEL-AA 30 with accessories. 15 EA SALIENT CHARACTERISTICS: Carts must be Auto-Locking system with Key Override. Carts 3 accessory mounting panels and aluminum mounting tracks free of functional defects in workmanship and material. Carts are non-reflective finishes with powder coat paint inside and out. *Contractors providing equal products shall provide descriptive literature describing equal characteristics and must be compatible with current system. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2018), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Quotes shall be submitted via email to richard.bogle@va.gov. All quotes and additional required documentation are to be received no later than 1:00 PM (EDT) Eastern Daylight Time on September 16, 2019. Provision 52.212 2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. 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 considered. The following factors shall be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information base on the following evaluation criteria: price, delivery, and technical acceptability. Price This is the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling. Delivery This is the offeror s ability to deliver the equipment within 30 days ARO. 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008). Provisions incorporated by reference are: 52.204-7 System for award management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2016) [all solicitation that include 52.204-6 or 52.204-7]. 52.211-6 Brand Name or Equal (AUG 1999) [use when brand name or equal purchase descriptions are included] Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.243-1 Changes Fixed Price (AUG 1987); 852.203-70 Commercial Advertising (MAY 2018); 852.246-70 Guarantee (OCT 2018) Please ensure to reference RFQ # 36C24719Q1111 on solicitation. Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA selection, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719Q1111/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24719Q1111 36C24719Q1111.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148562&FileName=36C24719Q1111-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148562&FileName=36C24719Q1111-000.docx

 
File Name: 36C24719Q1111 PWS Auto Locking Cart.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148563&FileName=36C24719Q1111-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148563&FileName=36C24719Q1111-001.pdf

 
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: Department of Veterans Affairs;Atlanta VAMC;1670 Clairmont Road;Decatur, GA 30033
Zip Code: 30033
 
Record
SN05437672-W 20190912/190910230843-b57b5d65ae034042d446ec47d0aed470 (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.