DOCUMENT
65 -- Flowtron AC 800 Universal Compression System - Attachment
- Notice Date
- 6/25/2014
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24614Q0892
- Response Due
- 7/11/2014
- Archive Date
- 9/9/2014
- Point of Contact
- Chinedu C. Nwauwa
- E-Mail Address
-
k
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR FLOWTRON AC 800 UNIVERSAL COMPRESSION SYSTEM. This is a combined synopsis/solicitation for commercial items (supplies) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is VA246-14-Q-0892. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-69 dated August 01, 2013. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The associated North American Industry Classification System (NAICS) code is 334510, which has a corresponding size standard of 500 employees. This is 100% set aside for small business. The Small Business Administration has granted a Non-Manufacturing Rule Class Waiver for the selected NAICS code. The Veteran Affairs Medical Center, Richmond, VA. has a requirement for twenty (20) BRAND NAME Flowtron AC 800 Universal Compression System. All items must be new; refurbished items will not be accepted. Line Items: Item No.DescriptionQuantityUI CLIN 0001Flowtron AC 800 Universal Compression System20EA SALIENT CHARACTERISTICS: (A)The Intermittent Pneumatic Compression (IPC) Systems are designed to help in reducing the occurrence of deep vein thrombosis (DVT). (B)The following are the performance requirements for the IPC Systems a.Audible and visual alarms b.Standard to Bariatric garments for foot, ankle, calf, thigh c.Continuous real-time monitoring d.Battery back-up e.Mountable on bed, stretcher f.Quiet, vibration free pump g.Automatic setting of controls h.Minimum 40mmHg for calf/thigh compression; 130mmHg for foot compression (C) The essential physical characteristics of the required IPC Systems are a.Portable b.No more than 10 lbs Federal Acquisition Regulation (FAR) and Veteran Administration Acquisition Regulation (VAAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) - Full Text This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): WWW.ACQUISITION.GOV (End of Clause) FAR 54.204.99, SAM Registration (SEP 2012) - Full Text FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012) - By Reference FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) - By Reference FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) - Full Text FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) - Full Text The following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (12 ii) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) Alternate I (NOV 2011) (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (40 ii) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) Alternate I (MAR 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) Veteran Administration Acquisition Regulation (VAAR) clauses: VAAR 852.203-70 Commercial Advertising (JAN 2008) - Full Text VAAR 852.211-70 Service Data Manual (NOV 1984) - Full Text VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) - Full Text VAAR 852.215-70 Evaluation Factor Commitments (DEC 2009) - Full Text VAAR 852.323-72 Electronic Submission of Payment (NOV 2012) - Full Text VAAR 852.246-70 Guarantee (JAN 2008) - Full Text VAAR 852.246-71 Inspection (JAN 2008) - Full Text 852.273-72 Alternative evaluation. ALTERNATIVE EVALUATION (JAN 2003) (a)The Government will award a contract resulting from this solicitation to the responsible offeror submitting the lowest priced offer that conforms to the solicitation. Offerors may revise offers anytime during the specified period. At the end of the specified time period for receipt of offers, the responsible offeror submitting the lowest priced offer will be in line for award. IAW VAAR 812.302 Tailoring of Provisions and Clauses for the Acquisition of Commercial items, this contract will be awarded using a Lowest Price Technically Acceptable (LPTA) approach. Technical ability will be evaluated as either Acceptable/Unacceptable, Pass/Fail, or Go/No-Go. Tradeoffs are not permitted. (End of provision) In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 4:00 P.M. ET on July 11, 2014. Quotes must be submitted electronically via e-mail to Chinedu.Nwauwa@va.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential vendors may direct all inquiries pertaining to the solicitation in writing to Chinedu.Nwauwa@va.gov. Telephone requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24614Q0892/listing.html)
- Document(s)
- Attachment
- File Name: VA246-14-Q-0892 VA246-14-Q-0892.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454834&FileName=VA246-14-Q-0892-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454834&FileName=VA246-14-Q-0892-000.docx
- File Name: VA246-14-Q-0892 Justification and Approval.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454835&FileName=VA246-14-Q-0892-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454835&FileName=VA246-14-Q-0892-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-14-Q-0892 VA246-14-Q-0892.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454834&FileName=VA246-14-Q-0892-000.docx)
- Record
- SN03405631-W 20140627/140625234738-e633442f2f59a2ade2a7ff428e52ee3a (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 |