Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

65 -- Combined Synopsis for Ultrasound Imaging System

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-07-RQ-0175
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis 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. Solicitation number is VA-250-07-RQ-0175 issued as an RFQ (Request for Quote). The solicitation document and incorporated provisions and clauses are those in effect through Federal Circulars (FAC) 2005-18. This requirement is 100% small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 339111 Laboratory Apparatus and Furniture Manufacturing and 500 standard sizes of employees. Requirements: The Louis Stokes Cleveland Department of Veteran Affairs Medical Center (LSCDVAMC), 10000 Brecksville Road, Brecksville, Ohio 44141, (hereafter known as the LSCDVAMC), is seeking a system that will be utilized as an ultrasound imaging system. Line Items; (1) S5 Ultrasound imaging system-IVUS; Quantity 1 Each,(2) VH IVUS Software end user license agreement version 2.1; Quantity 1 Each, (3) One year VH IVUS software and maintenance agreement; Quantity 1 Each. Equal items require specification sheets, manufacturer, and part numbers. FOB destination is preferred. Shipping of over $250 will be provided by the Government through a third party carrier. PROVISIONS AND CLAUSES: Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercials, applies to this acquisition. Offerors shall thoroughly review the nineteen requirements listed above and provide individual pricing on each line item. Each line item must have a description and pricing information. Quotes must contain a proposed installation and educational training timeline. The following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisitions Regulations (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered Best Values in descending order of importance. Technical elements are significantly greater than the price element. (1) Technical: Acknowledgement of ability to acquire product; a copy of specifications for other than brand name product. (2) Past Performance: Please include three references of customers who have purchased a similar system. (3) Price: Quote for each line item. (4) Warranty: Indicate Terms in statement of work; (5) Shipping: 30 Days FOB: The Government reserves the right to award without discussions, vendors, shall submit the most favorable terms. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Mangement Systems, P.O. Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; VAAR clause 852.270-4 Commercial Advertising and 852.271-70 Nondiscrimination in Services Provided beneficiaries apply to these acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21,52.222-26, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition regulations (FAR) clauses provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Antionette Collins (Antionette.Collins@va.gov) in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Question submitted after September 13, 2007 that may affect the competitive process can not be addressed. Quotes are due no later than COB, 4:30 p.m. EST September 18, 2007.Quotes can be sent by email Antionette.Collins@va.gov or fax to 440-838-6052. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov
 
Web Link
homepage
(http://vaww.cleveland.med.va.gov/)
 
Place of Performance
Address: Louis Stokes Cleveland VA Medical Center;10000 Brecksville Road;Brecksville, Ohio
Zip Code: 44141
Country: USA
 
Record
SN01400748-W 20070912/070910220513 (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.