Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
DOCUMENT

65 -- ILUMIEN PCI SYSTEM - Attachment

Notice Date
9/4/2012
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25612Q2005
 
Response Due
9/5/2012
 
Archive Date
11/4/2012
 
Point of Contact
Timothy A Pighee
 
E-Mail Address
7-1028<br
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12. NAICS code is 339112, size standard is 500 employees and 423450, size standard is 100 employees. *** THIS IS A SMALL BUSINESS SET-ASIDE. ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED. *** **Must be an AUTHORIZED DEALER of St. Jude Medical, Inc. products** (Vendor must provide documentation verifying "authorized dealer" of St. Jude Medical, Inc. products)08 Solicitation # RFQ VA256-12-Q-2005 Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective April 2, 2012. Only electronic offers will be accepted. Offers must be submitted to Timothy.Pighee@va.gov NO LATER THAN September 5, 2012 by 10AM EDT. INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration. As a minimum, offers must include- 1.All "Equal" items must include additional technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, if necessary. This may include product literature, or other documents. Complete Technical Capability (Attachment 1) 2.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. 3.Contact information, Name, Phone Number, Fax Number and email address 4. Mailing address and Remit to address, if different than mailing address 5.Acknowledgment of Solicitation Amendments 6.Offeror's DUNS number 7.Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) PRICE/COST SCHEDULE Please Read: All line items are designated Brand Name or Equal. If you are not quoting on the Brand Name please list the manufacturer, brand name, part/model number and technical description for each item quoted. Please provide a unit price, extended amount and total amount for the all items. The total amount must be inclusive of any shipping cost. The designated brand name is St. Jude Medical: Stock No.Item # NO/Description QTY UNIT Ext Cost 900-700-001ILUMIEN PCI Optimization System1EA Grand Total $=========== SALIENT CHARACTERISTICS Any "Or Equal" products being offered must have the following salient characteristics: "EQUIPMENT MUST BE CAPITABLE WITH the following St. Jude Medical products: 1. C7 Dragonfly Intravascular Imaging Catheter 2.Aeris pressure wire, 175 cm DELIVERY Offeror's proposed initial delivery date:____________________ Days ARO FOB Destination. All shipping charges must be included in price of items. SHIPPING ADDRESS:VA MEDICAL CENTER 2200 FT. ROOTS DRIVE NORTH LITTLE ROCK, AR 72214 ***The Central Arkansas Veterans Health System reserves the right to change the delivery schedule at any time. Written notice will be sent to vendor electronically no later than 3 days before a change in the delivery schedule is needed. *** SOLICITATION PROVISIONS/CONTRACT CLAUSES: 1.FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). 2.FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): 3.FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010). 4.FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011) For the purposes of this clause items (b) 4, 6, 7, 21, 24, 25, 26, 27, 36, 38(iii), 40, 46 are considered checked and apply. 5.FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) 6.FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are https://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ respectively. 7.FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998); for the purpose of this clause, the fill-in's are https://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ respectively. 8.VAAR 852.203-70 Commercial Advertising (Jan 2008) 9.VAAR 852.211-70 Service Data Manuals (NOV 1984) (a) 811.107(a) 10.VAAR 852.246-71 Inspection (Jan 2008) 11.VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) To the maximum extent practicable, offerors are encouraged to respond to this solicitation using pre-existing materials (such as brochures, catalogs, marketing documents) rather than creating new documents. (e) Offerors shall annotate the salient characteristics listed above to indicate the location of the relevant information used to meet the specification (document name and page number). (f) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. As prescribed in 815.304-71(a), insert the following clause: SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible servicedisabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Clause) 852.215-71 Evaluation Factor Commitments. As prescribed in 815.304-71(b), insert the following clause: EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a)Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule. The Government will award to the offeror that will provide the Best Value to the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25612Q2005/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-Q-2005 VA256-12-Q-2005.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=465726&FileName=VA256-12-Q-2005-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=465726&FileName=VA256-12-Q-2005-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02866751-W 20120906/120905000615-deea68af736e60a201ae8111f1512d10 (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.