SOLICITATION NOTICE
65 -- Neptune 2 rover
- Notice Date
- 9/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;Bldg 27;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24610RQ0685
- Response Due
- 9/28/2010
- Archive Date
- 10/8/2010
- Point of Contact
- Barbara Simmons
- E-Mail Address
-
Contract Specialist
(barbara.simmons@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared on accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. The Department of Veterans Affairs Network 6 Contracting Office intends to award a firm fixed price unrestricted contract. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number VA-246-10-RQ-0685 is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through most recent Federal Acquisition Circular and Veterans Affairs Acquisition regulation Supplement (VAAR). The North American Industry Classification System (NAICS) Code for this acquisition is 339112. Size standard is 500 employees. The following items are offered by Alliant Healthcare Enterprises and are known to meet the minimum requirements of the VA. Offeror shall provide the following: ITEM 1: Description: Neptune 2 Rover Ultra (120V) product number 0702-001-000, QTY 2 each Unit price $_________ Total price $___________ Item 2: Description: Neptune 2 Docking Station (120V), product number 0702-014-000, QTY 1 each Unit price $___________ Total Price $______________ Salient Characteristics: (1) ability to minimize risk to healthcare workers by eliminating harmful exposure to blood/body fluids and smoke in the operating room;(2) totally closed, all in one unit that collects and disposes of waste without operator assistance at the point of use;(3) prevents contact with infectious fluids and surgical smoke;(4) unit collects the surgical waste and disposes of the fluids through the docking station with no exposure to health care workers; (4) unit collects the surgical waste and disposes of the fluids through the docking station with no exposure to health care workers. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics listed above. If equal item is offered documentation must be provided to include technical information and descriptive literature. The contractor is responsible for all freight charges. The provision at 52.212-1 Instructions to Offeror-Commercial Items (June 2008) applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability compliance with the solicitation requirements and price. The provision at 52.212-3 Offerors Representations and Certifications-Commercial Items Aug 2009 applies to this solicitation. The contractor shall return a completed copy of this provision with the quotation. A copy of the provision may be obtained from http://www.arnet.gov/far/current/html/52.212-3html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009). The clause at 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010) is incorporated in this requirement which shall include (1) 52.233-3 Protest After Award (Aug 1996)(31 U.S.C. 3553);(2) 52.233-4 Applicable Law for Breach of Contract Claim(Oct 2004)(Pub l 108-77, 108-78); (3) 52.219-28 Post Award Small Business Program Representation (Aug 2009);(4) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009);(5) 52.222-21, Prohibition of Segregated facilities (Feb 1999);(6)52.222-26, Equal Opportunity (May 2007);(7) 52.222-35,Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006);(8) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998);(9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (sep 2006);(10) 52.222-50 Combating Trafficking in Persons (Feb 2009);(11) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2006); and (12) 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999)(31 U.S.C. 3332). The clauses may be accessed in full text at http://www.arnet.gov/far/ In addition 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.211-73 Brand Name or Equal (June 2008) VAAR 852.211-70 (Jan 2008 Service Data Manuals (Nov 1984) VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising (Jan 2008) apply to this acquisition. The Offeror shall also provide the company's DUNS number and Tax Identification number. Quotations are due on or before September 28, 2010 by 12:00 noon EST to be considered responsive. Quotes are to be e-mailed to barbara.simmons@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24610RQ0685/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;1601 Brenner Ave;Salisbury, NC
- Zip Code: 28144
- Zip Code: 28144
- Record
- SN02287665-W 20100919/100918000433-e62df3dd3a46e5d96a7b55f93fb1a58f (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 |