SOLICITATION NOTICE
65 -- Direct Surgical Lighting
- Notice Date
- 8/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 500 US Highway 89 North, Prescott, AZ 86313
- ZIP Code
- 86313
- Solicitation Number
- VA-258-11-RQ-0450
- Response Due
- 8/15/2011
- Archive Date
- 2/11/2012
- Point of Contact
- Name: Kristin Tanner, Title: Contract Specialist, Phone: 9287177548, Fax: 9287177444
- E-Mail Address
-
kristin.tanner@va.gov;
- 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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is VA-258-11-RQ-0450 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-15 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The VHA VISN 18 - 258 - VISN 18 Contracting requires the following items, Brand Name or Equal, to the following: LI 001, Chromalume Light SourcePart No. BFW 9870 Salient Characteristics:10,000 hours of White 5,800 Kelvin Lamp Life170,000 LUX or 17,000 foot-candles of illumintation @ 40cm or 16"Turbo Mode Illumination Level offering up to an 220,000 LUX or 22,000 foot-candles @ 40 cm or 16"Plasma bulbsErgonomic DesignFlat Membrane Touch Pad ControlsLow Proffile Four-Port Rotating Turret with Color Coded PortLCD Readout tracks Lamp lIfe and light IntesityStable and Flicker-free, 4, EA; LI 002, Chromalume TierPart No. BFW 9885 Salient Characteristics:Capable of adequately holding High-Intensity Headlight System, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA VISN 18 - 258 - VISN 18 Contracting intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA VISN 18 - 258 - VISN 18 Contracting is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This is a Brand Name or Equal Requirement; in accordance with FAR Part 11.104, Brand Name or Equal applies to all items of this procurement. The product numbers listed in Schedule are specific to BFW, Inc. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Vendor shall deliver FOB destination equipment to the Sourther Arizona VA Health Care System located at 3601 South 6th Avenue, Tucson, AZ 85723. Equipment must be received within 30 days of award. Packaging and Marking:Items must be adequately packaged to prevent damage during shipping, handling and storage. Outer packages must contain the complete contract number, obligation number and shipping address. A packing list/slip shall be enclosed with shipment and shall include contract number, items and quantity ordered, and items and quantity shipped. Offers are due by August 16, 2011 at 12:30 PM local time. Questions must be submitted through FedBid by August 11, 2011, 12:30 PM local time. C&A requirements do not apply, and as such a Security Accreditation package is not required. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification, 852.211-72 Technical Industry Standards, 852.273-74, Award Without Exchanges, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-20, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34; Veterans Affairs Acquistion Regulation (VAAR) 852.203-70, 852.273-76, 852.246.71. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The full text of the referenced VAAR cluases may be accessed electronically at http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids 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. Bids 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 products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one (1) year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) In addition to the standard VHA buy terms, the Seller (Bidder) has reviewed the attached solicitation (RFQ) document (type attachment name here), item details, and delivery (collectively requirements), and agrees to all terms and conditions set forth in the solicitation document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA-258-11-RQ-0450/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02524792-W 20110808/110806233314-15f2c56d5302b3a6ca5fea4a1a8bbe4e (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 |