DOCUMENT
65 -- Scope Video Processors - Attachment
- Notice Date
- 2/25/2013
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26113R0764
- Response Due
- 3/4/2013
- Archive Date
- 5/3/2013
- Point of Contact
- Daniel Czech
- Small Business Set-Aside
- N/A
- Description
- This document 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 and notice that proposals are being requested. A written solicitation will not be issued The proposed contract action is for supplies or services for which the Government award using Other than Full and Open Competition (please see the attached J&A). Interested persons may submit offers, and all eligible offers received prior to the date/time specified will be considered by the Government. The NAICS code is 334510 and the size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT 0001 27 EA $____________________ $_____________________ Olympus CV-190 EVIS EXERA III VIDEO PROCESSOR Contractor shall deliver the specified quantities of this CLIN to the following locations: Reno: 3 EA Livermore: 2 EA Palo Alto: 5 EA San Francisco: 4 EA Martinez: 3 EA Redding: 1 EA Fresno: 3 EA Mather: 6 EA 0002 2 EA $____________________ $_____________________ Olympus CLV-190 EVIS EXERA III LIGHT SOURCE Contractor shall deliver the specified quantities of this CLIN to the following locations: Reno: 3 EA Livermore: 2 EA Palo Alto: 5 EA San Francisco: 4 EA Martinez: 3 EA Redding: 1 EA Fresno: 3 EA Mather: 6 EA 0003 1 EA $____________________ $_____________________ Olympus MAJ-1916 CV INTERFACE CONVERTE DEVICE Contractor shall deliver the specified quantities of this CLIN to the following locations: Reno: 3 EA Livermore: 2 EA Palo Alto: 5 EA San Francisco: 4 EA Martinez: 3 EA Redding: 1 EA Fresno: 3 EA Mather: 6 EA 0004 1 EA $____________________ $_____________________ Olympus MAJ-1918 REMOTE CABLE PERIPHER AL DEVICE 1.8M Contractor shall deliver the specified quantities of this CLIN to the following locations: Reno: 3 EA Livermore: 2 EA Palo Alto: 5 EA San Francisco: 4 EA Martinez: 3 EA Redding: 1 EA Fresno: 3 EA Mather: 6 EA 0005 28 EA $____________________ $_____________________ ***TRADE IN*** Olympus CV-180 EVIS EXERA II VIDEO PROCESSOR The following are the serial numbers of those devices to be traded in: Reno: 7888052, 7665794, 7665802, 7888049 Livermore: 7645005, 7644988 Palo Alto: 7008933, 7632359, 7632609, 7632664, 7644560 San Francisco: 7632695, 7643968, 7643982, 7643984 Martinez: 7645197, 7645190, 7981195 Redding: 7645148 Fresno: 7981191, 7645168, 7645074 Mather: 7645057, 7645128, 7645072, 7645140, 7645147, 7645148 0006 26 EA $____________________ $_____________________ ***TRADE IN*** Olympus CLV-180 EVIS EXERA II LIGHT SOURCE The following are the serial numbers of those devices to be traded in: Reno: 7605255, 7807048 Livermore: 7604827, 7604812 Palo Alto: 7017650, 7602124, 7602162, 7622190, 7604443 San Francisco: 7603754, 7603695, 7602401, 7603680 Martinez: 7604811, 7909834, 7604808 Redding: 7604796 Fresno: 7604874, 7604873, 7909785 Mather: 7604802, 7604862, 7604796, 7604868, 7604855, 7604806 GRAND TOTAL --- $________________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL Requested Delivery Date:60 Days ARO Offered Delivery Date: ____ Days ARO DELIVERY ADDRESSES: Reno VA Sierra Pacific HCS 975 Kirman Ave Reno, NV 89502-0993 VA POC: TBD Livermore VA Livermore Division 4951 Arroyo Road Livermore, CA 94550 VA POC: TBD Palo Alto VA Palo Alto Division 3801 Miranda Ave, Bldg 50 Palo Alto, CA 94304-1207 VA POC: TBD San Francisco San Francisco VA Medical Center 4150 Clement Street, Bldg 203 San Francisco, CA 94121-1690 VA POC: TBD Martinez VA Northern California HCS 150 Muir Road Martinez, CA 94553-1000 VA POC: TBD Redding VA Northern California HCS 10535 Hospital Way, Bldg 652 Mather, CA 95655-4010 Mark for: Redding OPC VA POC: TBD Fresno VA Central California HCS 2615 E. Clinton Ave Fresno, CA 93703-2646 VA POC: TBD Mather VA Northern California HCS 10535 Hospital Way, Bldg 652 Mather, CA 95655-4010 VA POC: TBD Offers are due to FedBid on the date in FedBid by noon PT. Any potential offerors that wish to be considered must comply FAR 52.211-6. FAR 52.211-6 Brand Name or Equal (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) 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. (End of provision) FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). (a) Offerors will be evaluated to the extent they can provide those items listed in the item schedule. The Government intends to make one (1) award from this RFP. Should the Government receive offers from other than the sole-source contractor, the Government will evaluate on a brand name or equal basis for items 0001 - 0004 and will award to the lowest priced, responsible, offeror that meets the following salient characteristics: Items to be considered for award must: "Support narrow band imaging (Required for double viewable distance and brighter image resolution) "Support ScopeGuide (Required to Optimize scope handling to stop loop formation, shorten procedure time, and patient discomfort) "Have One-source connector to be compatible with Olympus scopes that no longer have the water-resistant cap set-up. "Be compatible with Olympus 180 and 190 GI scopes. "Be not greater than 390x162x551 mm. "Must not be greater than 19 kg (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) The Contracting Officer will evaluate proposals 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. (End of Provision) SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2013) For the purposes of this clause, items (b) 1, 4, 6, 10, 14, 23, 26-33, 38, 41, 42, and 48 are considered checked and apply. Items (c) 1 and 3 are also considered checked and apply with the fill-in being, "in accordance with attached wage determination." FAR 52.227-14 Rights in Data - General (Dec 2007), Alternate II (Dec 2007), This clause applies to those documents provided by the Contractor to the VA pursuant to VAAR 852.211-70 Service Data Manuals (Nov 1984). 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 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Dec 2012): Offerors must return this provision with their proposal. They 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 http://www.sam.gov. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-74 Alternate Protest Procedure (Jan 1998)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26113R0764/listing.html)
- Document(s)
- Attachment
- File Name: VA261-13-R-0764 VA261-13-R-0764.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633309&FileName=VA261-13-R-0764-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633309&FileName=VA261-13-R-0764-000.docx
- File Name: VA261-13-R-0764 P03 SSJA Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633310&FileName=VA261-13-R-0764-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633310&FileName=VA261-13-R-0764-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-13-R-0764 VA261-13-R-0764.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633309&FileName=VA261-13-R-0764-000.docx)
- Record
- SN02995470-W 20130227/130225234636-ff2e7b3d321445f003303d3f4460420d (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 |