DOCUMENT
65 -- THYROID UPTAKE SYSTEM FOR KERNERSVILLE HCC - Attachment
- Notice Date
- 7/23/2015
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24615Q1060
- Response Due
- 7/27/2015
- Archive Date
- 8/11/2015
- Point of Contact
- Darla J Hurlock
- E-Mail Address
-
8-3120<br
- Small Business Set-Aside
- N/A
- Description
- I. 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All offerors must also be registered at www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). II. This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA-246-15-Q-1060 through electronic means (see paragraph XVI). This solicitation is a request for Thyroid Uptake System to be delivered in January, 2016 to the VA's Health Care Center at Kernersville, North Carolina. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. IV. This is a TOTAL SMALL BUSINESS SET-ASIDE solicitation. The North American Industry Classification System Code is 339113 and the size standard is 500 employees. V. This combined solicitation/synopsis is for purchase of the following commercial supplies which meet the following salient characteristics and requirements: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001Co-57 flood source, 15mCi 16.5" x 24" MPN NMC-4515-NC1EA 0002CO-57 Spot marker, 20OuCi MPN 41211EA 0003Thyroid Uptake Neck Phantom MPN 043-3651EA 0004Printer Ribbon MPN 2001-00551EA 0005Calicheck Linearity Kit MPN 34-2101EA 0006Gamma Scintillator Probe MPN 44-21EA 0007Epson Roll Printer MPN 5430-00582EA 0008Paper Rolls, 12/pk MPN 9282-00091EA 0009Wipe Test/Well Counter MPN CAPRAC-T1EA 0010Dose Calibrator MPN CRC-55tR including: Smart Display Ionization Chamber RS-232 Port Vial/Syringe Dipper Well Insert1EA 0011Captus 3000 Thyroid Uptake System, With Well Counter MPN 5430-0077 including: Dell Computer Multichannel Analyzer Board with 1024 Channels HP Ink Jet Printer or Epson Printer Cesium 137 & Europium 152 Rod Sources Thyroid Floor Stand & Collimator Nal (TI) Detector (2"x2") Well Counting System Lead Shield 1" in all directions Nal (TI) Well Detector (2" x 2" with 0.625 x 1.438 well) Lined with copper to minimize scatter from lead x-rays Windows 7 Captus 3000 Software Warranty 2 Year Parts & Labor (Return to Manufacturer) Technical Support via telephone1EA 0012Rod Source Holder MPN 7315-18501EA 0013In-House Setup/Training for Captus 3000 Thyroid Uptake System MPN None1EA ? VI. Requirements/Salient Characteristics: Offered products must meet or exceed all technical specifications, including dimension, of the Brand Name products noted above. It is incumbent upon the offeror to ensure sufficient information is provided in the offer for determining an equal product's technical acceptability; the Contracting Officer may deem an offer non-responsive if sufficient determining data is not provided. VII. Required delivery to be held until on or about January 8, 2016 or as otherwise directed by the Contracting Officer; delivery address is: Kernersville Health Care Center 1695 Kernersville Medical Pkwy Kernersville, NC 27284 ATTN: Imaging Dept. VIII. It is the Government's intent to award a firm, fixed-priced purchase order to the responsible offeror whose offer, conforming to the requirements in this solicitation, is determined to be most advantageous to the Government. XI. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2014), applies to this acquisition. This clause, as well as all clauses and provisions applicable to the acquisition, are available for viewing at http://farsite.hill.af.mil/. X. The following FAR clauses apply to this acquisition. 52.252-2, Clauses Incorporated by Reference (FEB 1998) 52.211-6, Brand Name or Equal (AUG 1999) XII. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Affirmative Action for Workers with Disabilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.227-17 Rights in Data-Special works 52.232-34 Payment by Electronic Funds Transfer- System for Award Management XII. FAR provision 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013), applies to this acquisition. Offeror shall provide best pricing for all CLINS noted above. The Government intends to award based on the lowest price, technically acceptable offer (LPTA). Technical acceptability is based on meeting or exceeding all salient characteristics of the Brand Name products noted above. XIII. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2013), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov. XIV. The following VAAR clauses apply to this acquisition: 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) XV. The following VAAR provisions apply to this acquisition: 852.273-70 Late Offers (JAN 2003) 852.273-72 Alternative Evaluation (JAN 2003) 852.273-74 Award without exchanges (JAN 2003) XVI. Quotes shall be received by the Contracting Officer electronically via email no later than 9:00 A.M. EDT on July 27, 2015. All quotes must be emailed to darla.hurlock@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q1060/listing.html)
- Document(s)
- Attachment
- File Name: VA246-15-Q-1060 VA246-15-Q-1060_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2186684&FileName=VA246-15-Q-1060-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2186684&FileName=VA246-15-Q-1060-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-15-Q-1060 VA246-15-Q-1060_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2186684&FileName=VA246-15-Q-1060-001.docx)
- Place of Performance
- Address: Kernersville Health Care Center;1695 Kernersville Medical Pkwy;Kernersville, VA
- Zip Code: 27284
- Zip Code: 27284
- Record
- SN03807827-W 20150725/150723235238-b9d724685537974450b4b03eff718f2f (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 |