Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
DOCUMENT

H -- Radiological Equipment Certification - Attachment

Notice Date
2/3/2016
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24816Q0513
 
Response Due
2/29/2016
 
Archive Date
3/30/2016
 
Point of Contact
Christopher Brailer
 
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 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA248-16-Q-0513 is issued as a (Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86-2/02-01-2016. Only emailed requests received directly from the requester are acceptable. Responses should be sent to christopher.brailer@va.gov. No telephone responses will be accepted. To be receiving a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. Online Representation and Certification Application (ORCA) must also be current to qualify to receive a contract award. Offeror may register with CCR at www.orca.bpn.gov NAICS and Set-aside: The NAICS is 541990 and the small business size standard is $15 million. Any firm that is not considered a small business under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding a Firm Fixed Price award for a base year and 4 option years. Award will be made to lowest price quote which conforms to the requirements within this solicitation. To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Scope of Work: Perform Physics Testing performed on the following units: MALCOM RANDALL VAMC Toshiba Aquilion CT GE VCT Lightspeed CT Philips Brilliance CT Siemens SPECT/CT Siemens SPECT/CT Siemens PET/CT Hologic Mammo/Tomo Tube Replacement (3) LAKE CITY VAMC Siemens SPECT/CT GE VCT Lightspeed Philips Diagnostic & Fluoroscopic (4 units) Dental (5 units) C-Arms (3 units) "Philips (2) "GE (1) Tube Replacement (1) THE VILLIAGES OPC Toshiba 64 CT Diagnostic & Fluoroscopic (2 units) "Philips "Toshiba Dental (8 units) Tube Replacement (1) JACKSONVILLE OPC Diagnostic & Fluoroscopic (3 units) "Fuji "GE "Philips Hologic Mammo/Tomo Toshiba Aquilion CT GE PET/CT Philips C-Arm Dental (10 units) Tube Replacement (1) TALLAHASSEE OPC GE Diagnostic & Fluoroscopic (2 units) Dental Equipment testing reports and certificates of compliance required within 5 business days of inspections. Data/Deliverables: Not Applicable Qualifications: The technician shall be technically trained to perform acceptance testing, calibration, and safety surveys of diagnostic imaging equipment. ABR board certified or eligible. A certificate of training completion may be requested. All applicable safety regulations shall be observed during the service. The VA Safety Officer shall have authority to see that the field engineer obeys all safety rules and regulations relative to the fulfillment of this service. Scheduling and Hours of Work: All work to be scheduled with the Radiology Department. Hours of work. 8:00 am - 4:30 pm Eastern time Monday - Friday. Solicitation document and incorporated provisions and clauses apply to this acquisition: FAR 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, unit quantity, item description as specified above and, total price; any offered discounts; proposed delivery time; name, address, and telephone number of the offeror; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Quotes must be received February 29, 2016 by 1500 EST. All quotes must be submitted by electronic submission in reference to VA248-16-Q-0513 to christopher.brailer@va.gov; Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Specialist in writing (email is acceptable). Any prospective bidder desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contract Specialist: Christopher Brailer (christopher.brailer@va.gov) No Later Than: close of business on February 24, 2016. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates, or otherwise pay for the information provided in this synopsis. This Request for Quote is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result of a response to this Request for Quote or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as non-responsive and may influence competition and set-aside decisions. Regardless of the information obtained, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24816Q0513/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-Q-0513 VA248-16-Q-0513.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2539189&FileName=VA248-16-Q-0513-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2539189&FileName=VA248-16-Q-0513-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Malcom Randall VAMC;1601 S.W. Archer Rd.;Gainesville, FL
Zip Code: 32608
 
Record
SN04009490-W 20160205/160203234947-1cf18c66bfd591be4dc6f859cbc14d92 (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.