DOCUMENT
65 -- Rhinolaryngeal Stroboscope - Attachment
- Notice Date
- 8/8/2011
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;SAO-Central Region Contracting Office;708 South 3rd Street;Suite 108E;Minneapolis, MN 55414
- ZIP Code
- 55414
- Solicitation Number
- VA25611RQ0781
- Response Due
- 8/15/2011
- Archive Date
- 9/14/2011
- Point of Contact
- Jennifer Johnson
- E-Mail Address
-
Contract Specialist
(Jen.Johnson@va.gov)
- Small Business Set-Aside
- N/A
- Description
- (i)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. The proposed contract action is for Rhinolaryngeal Stroboscope for the VA Medical Center Biloxi, MS 39531. This equipment must meet the minimum requirements as described in Section (vi). (ii) The solicitation number is VA-256-11-RQ-0781 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 2005-53, August 4, 2011. 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 full and open competition. The North American Industry Classification System (NAICS) code is 334510, and the size standard is 500 employees. (v) This requirement consists of ten (10) line items: CLIN (1): Rhinolaryngeal Stroboscope. Quantity (1); CLIN (2) Rigid Endoscope with a 10mm diameter Quantity (2) :; CLIN (3) Nasolaryngoscope P Series with rigid ocular eyepiece Quantity (2); CLIN (4) High Definition Camera 3-CCD, must have 1920x1080 output pixels, DSP, variable AGC and be computer-controllable Quantity (1), CLIN (5) 22-37mm Zoom Lens Coupler, suitable for all scopes Quantity (1), CLIN (6) High Definition Digital Video Capture Model with hardware and software for recording examinations and interfacing to camera, light source and printer Quantity (1), CLIN (7) Color Printer, which uses 8 ½ ¯ x11 ¯ paper and 4 ¯x6 ¯high gloss paper Quantity (1): CLIN (8) Cart, portable approximately 44 ¯highx33.25 ¯widex23 ¯deep Quantity (1); CLIN (9) Monitor Arm, articulating side/top mount Quantity (1); CLIN 10 Setup and Training Quantity (1) (vi) The Rhinolaryngeal Stroboscope provides clear images needed for reliable analysis of vocal fold structure and motion. The standard features shall include: Halongen and xenon light sources, laryngeal and audio microphones, electroglottographic (ECG) input, foot pedal control of key functions, isolation transformer. The price must include FOB Destination. Offers must state standard warranty provisions for the systems. The offer shall specify technical specifications and proposed adaptive equipment and provide estimated number of days to deliver. (vii) Delivery FOB Destination to Gulf Coast VA Medical Center, Four Hundred Veterans Avenue, Biloxi, MS 39531 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, Not Applicable (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does 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, technical factors combined with past performance is equal to price. A quote submitted by a verified SDVOSB or VOSB will considered more favorably. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE 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 852.246-70 Guarantee, VAAR 952.273-76 Electronic Invoice Submission, Solicitation Provisions or Clauses Incorporated by Reference, VAAR 852.252.70; VAAR 852.246-71 Inspection., (xii) The following FAR clauses identified at paragraph (b) of 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are considered checked and are applicable to this acquisition:, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-28 Post Award Small Business Program, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-3 Buy American Act-Free Trade Agreements, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) RESPONSES ARE DUE August 15, 2011 2:30 PM central standard time (CST). Electronic offers will be accepted; submit quotation to “ Jennifer Johnson, SAO Central Region-Contracting Office, 708 South Third St, Ste 108E, Minneapolis, MN 55414, or e-mail Jen.Johnson@va.gov (xvi) Point of contact for this solicitation is Jennifer Johnson, 612-344-2192 or e-mail Jen.Johnson@va.gov. All Inquires must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA25611RQ0781/listing.html)
- Document(s)
- Attachment
- File Name: VA-256-11-RQ-0781 VA-256-11-RQ-0781_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229208&FileName=VA-256-11-RQ-0781-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229208&FileName=VA-256-11-RQ-0781-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-256-11-RQ-0781 VA-256-11-RQ-0781_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229208&FileName=VA-256-11-RQ-0781-000.doc)
- Place of Performance
- Address: Gulf Coast VA Healthcare System;Warehouse Building #9;400 Veterans Avenue;Biloxi, MS
- Zip Code: 39531
- Zip Code: 39531
- Record
- SN02525899-W 20110810/110808235631-3f5deb4cb87490d1190d470d57dd83b1 (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 |