Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
DOCUMENT

65 -- Isolation Gown - Reusable VHA - Standardization - Attachment

Notice Date
5/4/2015
 
Notice Type
Attachment
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11915Q0144
 
Response Due
6/5/2015
 
Archive Date
7/5/2015
 
Point of Contact
Jaime Friedel, Contracting Officer
 
E-Mail Address
ne
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number VA119-15-Q-0144 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-80 dated 02 March 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 315210, 500 employees. This procurement action is set aside 100% for Small Business. The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) in accordance with FAR Part 13.303 with a five year (60 month) ordering period for the VA Office of Procurement and Logistics, Program Management Office - Facilities. The purpose of this BPA is to obtain user uniformity and quality products at lower-than-current contract prices. This acquisition will provide these items for use within VA Medical Center(s) for clinical use throughout the VHA enterprise. Delivery is FOB destination. The delivery time offered for all calls placed against the resultant BPA shall not exceed 10 calendar days after receipt of order (ARO). The BPA Holder shall deliver to all U.S. VHA facilities and U.S. VHA territories. Orders will be placed against this BPA in writing, by phone, or via facsimile. Contract Line Item Numbers (CLINs) are provided as follows: CLIN 0001: Isolation Gowns, Reusable (Large); CLIN 0002: Isolation Gowns, Reusable (X-Large); CLIN 1001: Isolation Gowns, Reusable (Large); CLIN 1002: Isolation Gowns, Reusable (X-Large); CLIN 2001: Isolation Gowns, Reusable (Large); CLIN 2002: Isolation Gowns, Reusable (X-Large); CLIN 3001: Isolation Gowns, Reusable (Large); CLIN 3002: Isolation Gowns, Reusable (X-Large); CLIN 4001: Isolation Gowns, Reusable (Large); CLIN 4002: Isolation Gowns, Reusable (X-Large). A detailed description of this requirement is provided in the Instruction to Offers within the Minimum Technical Requirements tables provided herein. The quantities provided below are projections provided per-year, per required size. The following quantities of Isolation Gowns, Reusable are estimates only and do not obligate the Government to purchase stated quantities. The Government estimates, but does not guarantee, that the volume of purchases through this BPA will be as set forth in the below Schedule. This BPA does not obligate any funds. These quantities will be used to determine the evaluated price: Isolation Gown Volume Year 1Isolation Gown Size Large Isolation Gown Size X-Large20,270 Units (Estimated) 47,318 Units (Estimated) Year 2Isolation Gown Size Large Isolation Gown Size X-Large20,270 Units (Estimated) 47,318 Units (Estimated) Year 3Isolation Gown Size Large Isolation Gown Size X-Large20,270 Units (Estimated) 47,318 Units (Estimated) Year 4Isolation Gown Size Large Isolation Gown Size X-Large20,270 Units (Estimated) 47,318 Units (Estimated) Year 5Isolation Gown Size Large Isolation Gown Size X-Large20,270 Units (Estimated) 47,318 Units (Estimated) Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Addendum is provided in Attachment C. Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Selection will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Quotes will be evaluated for technical acceptability. To receive consideration for, the proposed item(s) must meet all of the minimum technical requirements (MTRs) for both the technical product literature review and the product demonstrations. The Government intends to issue a single BPA to one contractor that will serve as the single source of supply to provide both sizes of Isolation Gowns, Reusable enterprise-wide. Successful BPA establishment of this acquisition will allow VHA to maintain uniformity amongst the Isolation Gowns, Reusable being utilized by its field activities. However, the Contracting Officer retains the authority to determine which approach will be the most advantageous to the Government. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an. You may access SAM at https://www.sam.gov/portal/public/SAM/. Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies; Addendum is provided herein (BPA Terms and Conditions - Attachment A). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies. The Defense Priorities and Allocations Systems (DPAS) and assigned rating do not apply to this acquisition. The following Provisions and Clauses apply: FAR 52.202-1 Definitions (NOV 2013); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster(DEC 1992);VAAR 852.216-70 Estimated Quantities (APR 1984); VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852.233-71 Alternate protest procedure (JAN 1998); VAAR 852.246-71 Inspection (JAN 2008); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008); VAAR 852.273-70 Late Offers (JAN 2003); VAAR 852.273-74 Award Without Exchanges (JAN 2003) Quotes are due by 12:00 noon EDT on Friday, June 5, 2015. Quotes must be submitted via email to the Contracting Officer, Jaime Friedel at jaime.friedel@va.gov and to the Contracting Specialist, Stephanie Bellanger at stephanie.bellanger@va.gov. The POC regarding this combined synopsis/solicitation is Stephanie Bellanger, Contracting Specialist, Telephone - 202-632-9735, email stephanie.bellanger@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab782bcce99165c2777efc5e59671cf5)
 
Document(s)
Attachment
 
File Name: VA119-15-Q-0144 VA119-15-Q-0144 COMBINED SYNOPSIS SOLICITATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2023294&FileName=VA119-15-Q-0144-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2023294&FileName=VA119-15-Q-0144-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03719564-W 20150506/150504235227-ab782bcce99165c2777efc5e59671cf5 (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.