Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
SOLICITATION NOTICE

65 -- RX Surfacing System

Notice Date
11/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
VA26011RQ0094
 
Response Due
12/8/2010
 
Archive Date
1/22/2011
 
Point of Contact
Grant Furulie
 
E-Mail Address
4-7221<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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-260-11-RQ-0094, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46 effective October 29, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 333314, Size Standard: 500 Employees. This procurement is 100% Set-Aside for Small Business Concerns. PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 1.00 EA ___________________ ____________________ PRA-2 Layout Blocker. MFR: Satisloh, P/N: 01-900-681 (Or Equal) Bidding On - MFR: Brand: No: 2 1.00 EA ___________________ ____________________ Plate, Cooling, Single for Chilling Blocking chucks. MFR: Satisloh, P/N: 02-001-234 (Or Equal) Bidding On - MFR: Brand: No: 3 1.00 EA ___________________ ____________________ Blocking Ring PRA-2 dia 48x7. MFR: Satisloh, P/N: 05-903-413 (Or Equal) Bidding On - MFR: Brand: No: 4 1.00 EA ___________________ ____________________ Blocking Ring PRA-2 dia 63x7. MFR: Satisloh, P/N: 02-901-875 (Or Equal) Bidding On - MFR: Brand: No: 5 1.00 EA ___________________ ____________________ K1 Chiller with Pump. MFR: Satisloh, P/N: 98-004-664 (Or Equal) Bidding On - MFR: Brand: No: 6 1.00 EA ___________________ ____________________ Scanner, Barcode Laser, hand RS232 connection compatible with PRA-2 blocker. MFR: Satisloh, P/N: 98-005-058 (Or Equal) Bidding On - MFR: Brand: No: 7 1.00 EA ___________________ ____________________ VFT-Orbit Generator. MFR: Satisloh, P/N: 01-050-531 (Or Equal) Bidding On - MFR: Brand: No: 8 1.00 EA ___________________ ____________________ Loading System for VFT-Orbit. MFR: Satisloh, P/N: 01-050-535 (Or Equal) Bidding On - MFR: Brand: No: 9 1.00 EA ___________________ ____________________ Crating Orbit. MFR: Satisloh, P/N: VFT-O (Or Equal) Bidding On - MFR: Brand: No: 10 1.00 EA ___________________ ____________________ Auto-calibration, VFT-Orbit. MFR: Satisloh, P/N: 02-051-747 (Or Equal) Bidding On - MFR: Brand: No: 11 1.00 EA ___________________ ____________________ Second Fast Tool, VFT-Orbit. MFR: Satisloh, P/N: 02-053-108 (Or Equal) Bidding On - MFR: Brand: No: 12 1.00 EA ___________________ ____________________ K9 Chiller. MFR: Satisloh, P/N: 98-003-930 (Or Equal) Bidding On - MFR: Brand: No: 13 1.00 EA ___________________ ____________________ All Format Software package, VFT-Orbit. MFR: Satisloh, P/N: 06-900-435 (Or Equal) Bidding On - MFR: Brand: No: 14 1.00 EA ___________________ ____________________ Turning Tip r:2mm VFT-Orbit. MFR: Satisloh, P/N: 92-007-626 (Or Equal) Bidding On - MFR: Brand: No: 15 1.00 EA ___________________ ____________________ Cutter, Disc, 3D VFT-Orbit. MFR: Satisloh, P/N: 92-002-738 (Or Equal) Bidding On - MFR: Brand: No: 16 1.00 EA ___________________ ____________________ Micro-separator Coolant System. MFR: Satisloh, P/N: 90-050-676 (Or Equal) Bidding On - MFR: Brand: No: 17 2.00 EA ___________________ ____________________ Pump Station for Generator. MFR: Satisloh, P/N: 98-004-990 (Or Equal) Bidding On - MFR: Brand: No: 18 1.00 EA ___________________ ____________________ Dual Chip Separator. MFR: Satisloh, P/N: 98-005-004 (Or Equal) Bidding On - MFR: Brand: No: 19 1.00 EA ___________________ ____________________ Duo-FLEX Polishing System, Automated. MFR: Satisloh, P/N: 01-050-866 (Or Equal) Bidding On - MFR: Brand: No: 20 1.00 EA ___________________ ____________________ Crating for Duo-FLEX. MFR: Satisloh, P/N: Duo-Flex Crating (Or Equal) Bidding On - MFR: Brand: No: 21 1.00 EA ___________________ ____________________ Starter kit X-Flex Tool for Duo-FLEX Spindle. MFR: Satisloh, P/N:92-008-016 (Or Equal) Bidding On - MFR: Brand: No: 22 1.00 EA ___________________ ____________________ Slim-Chill 200HR. MFR: Satisloh, P/N: 90-050-946 (Or Equal) Bidding On - MFR: Brand: No: 23 2.00 EA ___________________ ____________________ Chip Separator with Transfer Tank for ES-4. MFR: Satisloh, P/N: 90-050-465 (Or Equal) Bidding On - MFR: Brand: No: 24 1.00 EA ___________________ ____________________ NCC Automated Conveyor System; Finishing Solution Referred to as "plan A" Based on Drawing. MFR: Satisloh, P/N: Conveyor (Or Equal) Bidding On - MFR: Brand: No: 25 1.00 EA ___________________ ____________________ NCC Automated Conveyor System; Surfacing Solution "Add on for 2nd VFT-Orbit and 3rd Duo-Flex" based on drawing. MFR: Satisloh North America, P/N: Conveyor (Or Equal) Bidding On - MFR: Brand: No: ____________________ GRAND TOTAL --- ==================== FOB point is Destination (The Contractor is responsible for all freight charges): Department of Veterans Affairs, Boise VA Medical Center, Attn: Dania Sites, 500 West Fort Street, Building 34, Boise, ID 83702. Delivery must be coordinated with Dania Sites and will be made approximately no later than 160 Calendar Days after receipt of purchase order or as coordinated with the end-user. Proposed Delivery Date: ________________ All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. A similar system was recently purchased; therefore, if quoting an equal system, the company must specifically demonstrate that its system will properly interface with the current equipment in place. Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). Addenda to FAR 52.212-4: FAR 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manuals (Nov 1984), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.246-70 Guarantee (Jan 2008) (the fill in is: one year), VAAR 852.246-71 Inspection (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - October 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), (4) 52.204-10, Reporting Executive Compensation and First Tier-Tier Subcontract Awards (Jul 2010), (9) 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003), (11) 52.219-8, Utilization of Small Business Concerns (May 2004), (13) 52.219-14, Limitations on Subcontracting (Dec 1996), (14) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999), (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (20) 52.222-3, Convict Labor (June 2003), (21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010), (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (23) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-35, Equal Opportunity for Veterans (Sep 2010), (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), (26) 52.222-37, Employment Reports on Veterans (Sep 2010), (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), (31) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999), and (42) 52.239-1, Privacy or Security Safeguards (Aug 1996). The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Addenda to FAR 52.212-1 are as follows: FAR 52.211-6 Brand Name or Equal (Aug 1999). The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) applies to this solicitation. The following factors shall be used to evaluate quotes: Technical Capability to Brand Name or Equal, Past Performance, and, Price. Technical and past performance, when combined, is equal to cost or price. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Oct 2010), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by December 08, 2010, 1:00 PM Pacific Standard Time. The assigned Contracting Officer is Grant Furulie. Quotations can be mailed, faxed or emailed to: Spokane VA Medical Center, Attn: Grant Furulie-Contracting, 4815 North Assembly Street, Spokane, WA 99205; Fax: 509-434-7101; E-mail: grant.furulie@va.gov. Quotation shall be marked with the Request for Quote number VA-260-11-RQ-0094. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA26011RQ0094/listing.html)
 
Record
SN02333582-W 20101126/101124234215-d470429d9f21dbf5bb3e3d5d3c377c34 (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.