Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOLICITATION NOTICE

65 -- STONELIGHT HOLMIUM LASER

Notice Date
7/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Acquisition Management Section (90C);John D. Dingell VA Medical Center;4646 John R. Street;Detroit MI 48021
 
ZIP Code
48021
 
Solicitation Number
VA-251-07-RQ-0112
 
Response Due
8/6/2007
 
Archive Date
8/21/2007
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 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 solicitation RFQ VA-251-07-RQ-0112 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. No telephone or Fax quotes will be accepted. Only written quotes received are acceptable. The North American Industry Classification System (NAICS) number is 334510 and the business size standard is 500 Employees. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH QUOTE AND THEIR DUNS#. The proposed RFQ is Unrestricted. PRICE/COST $________________Total Cost for one (1) Stonelight Holmium Laser System to include one (1) 150 um fiber, one 320 um filter, two 550 um fibers, one fiber repair kit and six pairs of holmium laser safety goggles, operators manual, and service manual. NOTE: To be eligible for Contract award you must be registered in CCR and have a valid DUNS #. BID DUE DATE: Monday, August 6, 2007, 2:00 p.m. (EST). EVALUATION FACTORS FOR CONTRACT AWARD. Award of a firm-fixed price contract will be made to the responsive, responsible offeror based on capability to meet the compatibility and timeliness (delivery) standards specified herein, at a price most advantageous to the Government. DELIVERY: October 1, 2007; COMPATABILITY: BRAND NAME OR EQUAL. If bidding on an equal item, offeror must submit full descriptive literature with their bid. FOB Destination. Standard warranty shall be a minimum of 1 year parts and labor. Offerors must hold prices firm in its offer for 60 calendar days from the date specified for receipt. DELIVERY ADDRESS: John D. Dingell VA Medical Center, ATTN: Marilyn Dogan (001R-A), Room B5381, 4646 John R. Street, Detroit, MI 48201. INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS. Offeror will provide (1) specifications for equipment offered; (2) a bid for offered equipment, in the form of Unit Price and Extended Price for number of units specified in paragraph 2 above; and (3) all information in accordance with the format specified in FAR 52.212-1 Instructions to Offerors - Commercial Items and FAR 52.212-3 Offeror Representations and Certifications - Commercial Items a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5,14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (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. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. . Payment will be made by electronic funds transfer (EFT). For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. Contact Marilyn Dogan, Contracting Officer, (313) 576-4232 regarding this solicitation. CLAUSES AND PROVISIONS. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. 852.211-77: Brand Name or Equal (NOV 1984). (Note: As used in this clause, the term brand name includes identification of products by make and model.) (a) If items called for by this solicitation have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristic requirements listed in the solicitation. (b) Unless the bidder clearly indicates in his bid that he is offering an equal product, his bid will be considered as offering a brand name product referenced in the solicitation. (c) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished will be inserted in the space provided in the solicitation or such product will be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered will be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. Upon request, the contracting officer will make their full text available. Offers are to be received at the Address offers to: John D. Dingell VA Medical Center, ATTN: Marilyn Dogan (001R-A), Room B5381, 4646 John R. Street, Detroit, MI 48201. All questions must be submitted in writing to the Contracting Officer via e-mail, marilyn.dogan@va.gov or fax 313-576-1327
 
Place of Performance
Address: John D. Dingell VAMC;4646 John R. Street;Detroit, MI
Zip Code: 48201
Country: USA
 
Record
SN01344108-W 20070719/070717220604 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.