Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

65 -- Audiology Sound Booths with Installation

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, Clarksburg VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA-244-08-RP-0394
 
Response Due
9/22/2008
 
Archive Date
10/22/2008
 
Point of Contact
Jennifer L. RobinsonContracting Officer<br />
 
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 Request for Proposal number is VA-244-08-RP-0394. Provisions and clauses in effect through Federal Acquisition Circular 05-26 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: www.acqnet.gov/far. This solicitation is a 100% small business set-aside. The NAICS code is 423450, with at small business size standard of 500 employees. The Government contemplates award of a firm fixed price contract. The Louis A. Johnson VAMC, Clarksburg WV requests responses from qualified sources capable of providing specialized audiology sound booths to include installation with any necessary modification to fit the space allocated. The booths shall be either brand name or equal to the following items with specifications: Acoustic Systems RS-254 Single Wall Control/Double Wall Exam Suites. Quantity of 3 each. Features: Acoustically engineered independent ventilation mounted external to wall or roof panels; Jack panel with cable pass-thru; recessed with cam-lift hinges 32" clear opening; Window double glazed laminated safety glass 30" x 24"; Electrical service via a 20 foot grounded power cord; Isolated acoustical floor in both Control Room and Exam Room. Overall Outside Dimensions: 19' wide x 10'4" deep x 8'8" high. Inside Exam Room: 9'wide x 8'4" deep x 6'6" high. Note that all quotes must be given with ability to modify dimensions of booths to be incorporated in price. Drawings of area where booths are to be installed and appointments for site surveys are available upon request. Quantity 6 each to upgrade of 32" doors on exam room to 36" clear opening doors. Additional Options package to be added to original audiology booths: 1. Conduit drops for alert devices, network, phone, etc, quantity 3 each. 2. Additional Duplex outlets quantity 12 each. 3. Oversize (36" wide x 30" high) exam window - quantity 3 each. 4. Windows in doors, quantity 3 each. 5. Interior appearance enhancement package to include installation on all 3 booths. Delivery FOB Destination with installation to Louis A. Johnson VAMC, 1 Medical Center Drive, Clarksburg, WV 26301. FAR and VFAR provisions and clauses shall include: 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors, 52.212-3 Offeror Representations and Certifications, 52.212-4 Contract Terms and Conditions, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.233-2 Service of Protest, 52.216-1 Type of Contract, VAAR 852.233-70, VAAR 852-233-71, 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) 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 and other factors considered. The following factors shall be used to evaluate offers: 1. Technical features meeting or exceeding minimum requirements. 2. Price (all items and installation shall be priced). 3. Past performance will be considered when equal determinations have been made between items 1 and 2. The offerors initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions. The Government reserves the right to make no award as a result to this solicitation. Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for throrough evaluation of proposal. Additionally the vendor shall fully explain their ability to meet the requirements from above. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315)). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-pary contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offers shall be submitted to the Louis A. Johnson Veterans Affairs Medical Center, Attn: Jennifer Robinson (304)623-3461x3152, Contracting Specialist, 1 Medical Center Drive, Clarksburg, WV 26301, no later than 3:00 PM EST on 22 September 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by email at Jennifer.Robinson2@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a832a5a426db1c3e5469ac915dc803b&tab=core&_cview=1)
 
Place of Performance
Address: Louis A. Johnson VAMC;1 Medical Center Drive;Clarksburg, WV 26301<br />
Zip Code: 26301<br />
 
Record
SN01647699-W 20080823/080821223237-9a832a5a426db1c3e5469ac915dc803b (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.