Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

65 -- Scopes and Ancillary Equipment

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Jule Stout;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-07-RQ-0197
 
Response Due
9/19/2007
 
Archive Date
9/24/2007
 
Small Business Set-Aside
N/A
 
Description
(i) This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are NOT being requested and a separate written request for quotations will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with Olympus America, Inc., Center Valley, PA for scopes and ancillary equipment. The Government believes that Olympics is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-07-RQ-0197 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 339112 (size standards in number of employees is 500) applies to this solicitation. (v) This requirement consists of seven line items: Line Item 0001: A2943A Dual Channel Ureteroscope, product no. WA2943A. Qty: 2. Line Item 0002: BF-Q180-AC Kit with Maj-178 Tray, product no. K230000242, Qty: 6. Line Item 0003: ENF-V2 Video Rhinolaryngoscope-NTSC, product no. N2367430 Qty: 1. Line Item 0004: LMD-1420MD Med Grade 14" Monitor, product no. K7505124 Qty: 1. Line Item 0005: 200899 B-90SU NI-MH Batt and Quick Charger, product no. K10002185 Qty: 1. Line Item 0006 OES Xenon Light Source (300W) for Olympus Color CCD Videoscope System, product no. CLV-160 Qty: 2. Line Item 0007: 8 Scope Key Lock Cabinet, product no. 3800AA-00 Qty:1. (vi) These items are in support of VAMC's continuing standardization of Olympus Flexible Endoscopes. (vii) Delivery and acceptance of deliverables will be FOB destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.219-28 Post Award Small Busines Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE WEDNESDAY, SEPTEMBER 19, 2007, by 3:00 p.m. central standard time. (xvii) Submit faxed quotation to - Julie Stout, at (612) 467-2072 with signed original forwarded by mail to: Julie Stout, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 142, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Julie Stout at 612-467-2175 for more information regarding this solicitation.
 
Record
SN01405496-W 20070915/070913220835 (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.