SOLICITATION NOTICE
66 -- Fluid Waste Management Services
- Notice Date
- 9/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26310RQ0541
- Response Due
- 9/9/2010
- Archive Date
- 9/24/2010
- Point of Contact
- Nicole Lindstrom
- E-Mail Address
-
.lindstrom@va.gov<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, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is a 100% Small Business Set Aside. (ii) The solicitation number is VA263-10-RQ-0541 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-44 July 8, 2010 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)This solicitation is issued as 100% Small Business Set Aside. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 500 employees. (v) This requirement consists of three (3) line items: CLIN (1) Fluid waste management system and smoke evacuation system, IV Pole, digital display, 4 & 20 liter cannisters, ULPA fliteration. Totally closed system. 120v/60hz/12a/single phase. Warranty: one year. Include operator, service and cleaning manuals. CLIN (2) Docking station, for line item #1. 120v/60hz, 3a. Warranty: one year. Include operator, service and cleaning manuals. CLIN (3) Operator/Service Training, On-site. (vi) Suggested item(s) is open market. (vii) Delivery FOB Destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-1 Type of Contract, VAAR 852.233-70 Protest Content; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1, Sub- Part 13.5 Test Items - This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12 or 13, of the FAR or some combination thereof. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. 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 offeror shall specify the make and model of offered waste management system and provide technical specifications and product literature with offer. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Service Data Manual, VAAR 852.237-76 Electronic Invoice Submission. (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:52.216-08,52.216-19,52.216-20, 52.216-24,52.217-1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-54,, 52.225-13,52.252-2,852.203-70, 852.211-70, 852.211-73,852.215-70,852.215-71,852.246-70,852.246-71; 852.273-76 (xiii) 52.211-6, 52.225-18,52.252-1,852.211-72,852.233-70,852.273-74 (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE THURSDAY, September 9, 2010, by 2.00 p.m. central standard time (cst). Electronic offers will be accepted; submit quotation to - Nicole Lindstrom, Minneapolis Contracting and Purchasing Office, 708 South Third St, Ste 200E, Minneapolis, MN 55414, FAX 612-333-3667, or e-mail nicole.lindstrom@va.gov. (xvi) Point of contact for this solicitation is Nicole Lindstrom, 612-344-2171 or e-mail nicole.lindstrom@va.gov. All Inquires must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0541/listing.html)
- Place of Performance
- Address: Minneapolis VA Health Care System;One Veterans Drive;Minneapolis MN
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02264741-W 20100903/100902000149-111304a800bdb6f760d50c1a231b7df2 (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 |