Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2013 FBO #4150
SOLICITATION NOTICE

J -- Water purification systems preventative maintenance

Notice Date
4/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4811 Airport Plaza Drive, Long Beach, CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA262-13-Q-0628
 
Response Due
4/12/2013
 
Archive Date
10/9/2013
 
Point of Contact
Name: Fredy Arteaga, Title: Contracting Officer, Phone: 5627662224, Fax:
 
E-Mail Address
fredy.arteaga@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, as supplemented with additional information included in this notice.The solicitation number is VA262-13-Q-0628 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 FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.00M.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 2013-04-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The VHA NCO 22 - 600 - Long Beach Healthcare System requires the following items, Meet or Exceed, to the following: LI 001: The VA Southern Nevada Healthcare System (VASNHS) in North Las Vegas, Nevada requires preventative maintenance and intervening services to include laboratory testing for three water purification systems. The first water purification was manufactured by Siemens Water Technologies Corp. located in Main Hospital, 4th floor and services the Hemodialysis section on 3rd floor. This system will be referred to as Hemodialysis system, 1, EA; LI 002: The VA Southern Nevada Healthcare System (VASNHS) in North Las Vegas, Nevada requires preventative maintenance and intervening services to include laboratory testing for three water purification system. The second water purification system was manufactured by ELGA is located in Main Hospital 2nd floor and services the 2nd floor laboratory. This system will be referred to as Laboratory system, 1, EA; LI 003: The VA Southern Nevada Healthcare System (VASNHS) in North Las Vegas, Nevada requires preventative maintenance and intervening services to include laboratory testing for three water purification system. The third water purification system was manufactured by Phoenix Water Conditioning is located in Main Hospital 2nd floor and services the 2nd floor Sterile Processing Services (SPS). This system will be referred to as SPS system., 1, 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 NCO 22 - 600 - Long Beach Healthcare System 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 NCO 22 - 600 - Long Beach Healthcare System 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. ALL QUESTIONS MUST BE SUBMITTED VIA FEDBID OR PRESENTED AT THE SITE VISIT SCHEDULED FOR WEDNESDAY APRIL 10, 2013 @ 1PM PST.PLEASE SEE SOW FOR LOCATION AND DETAILS. THERE WILL BE NO EXTENSIONS GRANTED FOR THE RFQ DEADLINE. ALL QUESTIONS MUST BE SUBMITTED BY COB MONDAY, APRIL 8, 2013 4:00 PM EST. A SITE-VISIT IS REQUIRED AND HAS BEEN SCHEDULED FOR WEDNESDAY, APRIL 10, 2013 @ 1 PM, PST. PLEASE MEET AT WEST ENTRANCE OF THE LAS VEGAS MAIN MEDICAL CENTER. END-USER P.O.C. WILL BE PROVIDED A DAY PRIOR TO THE INDIVIDUALS WHO CONFIRM ATTENDANCE. INDIVIDUALS PLANNING TO ATTEND MUST PROVIDE A STATE ISSUED I.D. FOR IDENTIFICATION. PLEASE EMAIL FREDY.ARTEAGA@VA.GOV WITH THE NAMES OF THE INDIVIDUALS WHO WILL BE IN ATTENDANCE. AWARD WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE TO MEET OR EXCEED THE REQUIREMENT PER THE SOW. PERIOD OF PERFORMANCE IS 4/15/2013 TO 9/30/2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA262-13-Q-0628/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03027368-W 20130405/130403234356-a80a103e5f266c27d9160501095eaacb (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.