SOLICITATION NOTICE
65 -- SDI 4C Electronic Inverter Microscope
- Notice Date
- 9/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
- ZIP Code
- 44141
- Solicitation Number
- VA25010RQ0374
- Response Due
- 9/27/2010
- Archive Date
- 11/26/2010
- Point of Contact
- Maladean E. Hudson
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested. Solicitation Number VA-250-10-RQ-0374 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This requirement is available as commercial items under the North Atlantic Industrial Classification System (NAICS) 339112; the business standard size is $25 million. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking Quotes. Each line item must have a description, quantity and pricing information. The Surgical Department is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd. There shall be no site visit for this procurement. PRICING: Offeror shall provide pricing as described in requirements below. The total price offered shall include all charges (e.g., to include shipping). LINE ITEM(S): (1) 54430 - SDI 4C Electronic Inverter (for Leica microscope 1 EA; (2) 54400 - BIOM 4c Electronically focused 1 EA (3) 54423 - Adapter for Leica M8 series microscope 1 EA (4) 54310 - SDI 4e Electronic inverter 1 EA (5) 54878 - Adapter, Combined cable 1 EA. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors- Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such a product is clearly identified in the quote and is determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714 or https://www.vis.fsc.va.gov. 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 available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: None. 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, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and 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 Maladean E. Hudson, Contracting Officer via email by Monday, September 22, 2008. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 9:00 a.m. EST, Monday, September 27, 2010. Technical questions and Quotes must be sent by email to Maladean.hudson@va.gov. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25010RQ0374/listing.html)
- Place of Performance
- Address: Louis Stokes Cleveland Department of;Veteran Affairs (LSCDVAMC);10701 East Blvd;Cleveland, OH
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN02294119-W 20100925/100923235154-69f582f5d17f111f0fe03fafe74ed55a (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 |