Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

Z -- REPAIR OF COOLER/FREEZER

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-065-04
 
Response Due
8/16/2004
 
Archive Date
9/15/2004
 
Point of Contact
Contracting Officer - Lucille Moss, Contracting Officer, Ph:(440) 838-6089, Fx:(440) 838-6052
 
E-Mail Address
Email your questions to Lucille Moss
(lucille.moss@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ 541-065-04 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The North American Industry Classification System (NAICS) code is 811412, with a Small Business Standard of $6.0 million per annum. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center, Cleveland, Ohio is contracting for all labor, material, equipment, transportation and supervision necessary to repair the Jamison Cooler/Freezer in accordance with the attached Statement of Work (SOW). The anticipated contract award will be a Firm Fixed Price contract. This is a competitive, 100% small business set-aside and is a best value acquisition in accordance with FAR 15.101-2 (Lowest Price Technically Acceptance Source Selection Process). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. Proposals will be evaluated based on two factors: Experience and Past Performance. Both factors will be rated either __Acceptable or ___Not acceptable. To receive an ?acceptable-experience rating, offerors must demonstrate a minimum of three years specialized experience. Performance period shall be 20 calendar days after issuance of Notice to Proceed. For failure to perform services within the established performance period, a deduction of 1/90th of the quarterly rate shall be taken for each day for nonperformance. Furthermore, failure to perform any of the services as set forth in this contract may be considered grounds for termination for cause under the termination for cause clause of the contract. The Contractor shall provide proof of liability insurance in accordance with Ohio laws and regulations. Payment shall be made thirty (30) days in arrears, upon receipt of a proper invoice. Invoices shall be submitted to accordance with Federal Acquisition Regulations 52.212-4(g) and shall be submitted to Financial Management Systems(FMS), PO Box 149971, Austin, TX 78714. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items is incorporated by reference with the following changes, items (e) and (h) of the standard clause are deleted. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial items Alternate III, with their offer. The clause at FAR 52.204-7, Central Contractor Registration (Oct 2003). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference, which includes the following addendum 52.217-8 (in by reference), Option to Extend Services. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference, which shall include the following clauses: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52-222-37, 52.222-41, 52.222-42, 52.225-3, 52.225-13 and 52.232-34; Wage Determination #1973-0126, Revision No 35, Revision dated December 3, 2003 applies to this acquisition. Interested offerors may submit their proposals along with a completed copy of the provision at 52.212-3 -Offeror Representations and Certifications-Commercial Items-Alternate III, on or before 4:30 p.m., August 16, 2004. The clauses required under the terms of this solicitation may be located on the Internet web site http://www.arnet.gov.far. Quotations may be mailed to the Contracting Officer (90C), Lucille Moss, 10000 Brecksville Road, Brecksville, OH 44141 or faxed; Fax number is (440)838-6052.
 
Web Link
RFQ 541-065-04
(http://www.bos.oamm.va.gov/solicitation?number=541-065-04)
 
Place of Performance
Address: LSCDVAMC, CLEVELAND OH
Zip Code: 44106
Country: United States
 
Record
SN00635637-W 20040805/040803212103 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.