Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
DOCUMENT

65 -- PARMA CLINIC VITAL SIGNS MONITORS - Attachment

Notice Date
9/14/2011
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25011RP0520
 
Response Due
9/20/2011
 
Archive Date
11/19/2011
 
Point of Contact
Harvey J. McGowan
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number VA-250-11-RP -0520 is being issued as Request for Proposal (RFP) 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 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 423450; the business standard size is 500 employees. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Blvd, Cleveland, OH 44106, is seeking proposal for the following line items: 1 WELCH ALLYN 45NT0 LXI SPOT LX1 VITAL SIGNS MONITORW/ NIBP MELLCOR SP, ORAL TEMP 100 EA 2 WELCH ALLYN 4700-60 LXI MOBILE STAND 100 EA 3 CUFF REUSE CHILD,2 TUBE MQ 100 EA 4 CUFF REUSE SMALL AD 2 TUBE MQ 100 EA 5 CUFF REUSE -11-2MQ ADULT 2 TUBE 100 EA 6 CUFF REUS LG AD, 2-TUBE MQ 100 EA 7 CUFF REUS DHIGH 2-TUBE MQ 100 EA Proposals with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Proposal shall contain a proposed delivery, installation, and in-service timeline. The Logistics Service is a division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING: Offeror shall provide pricing for Medical Equipment as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEMS: Cross Reference: Unique Surgical Products Manufacturer Product/Service Name Qty Unit Ship Address. Line Items PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions 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. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product proposed is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, 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: Proposal for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important than price. The provision at VARR 852-211-77, Brand Name or Equal applies. 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. Proposals 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 proposal and are 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 proposal. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. 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 proposal 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: 52.204-7 (CCR registration) 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, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). 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 by reference. Clauses: 52.203-6, 52.204-10, 52.219-4, 52.219-8, 52.219-23 alt1, 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 Harvey J. McGowan, Contract Specialist by e-mail only: harvey.mcgowan@va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals and accompanying information are due no later than 12 p.m. EST Monday September 20, 2011. Technical questions and Proposals must be sent by email to harvey.mcgowan@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25011RP0520/listing.html)
 
Document(s)
Attachment
 
File Name: VA-250-11-RP-0520 VA-250-11-RP-0520.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256058&FileName=VA-250-11-RP-0520-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256058&FileName=VA-250-11-RP-0520-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02576116-W 20110916/110915000044-db7669a404dbe19eee757071cb2301a3 (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.