DOCUMENT
65 -- VA240C-16-Q-0023 Pentax Stroboscopy for Speech - Attachment
- Notice Date
- 8/31/2016
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Service Area Office, Central Region 10F;708 South Third Street;Suite 108E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA240C16Q0023
- Response Due
- 9/9/2016
- Archive Date
- 10/9/2016
- Point of Contact
- Brian P O'Boyle
- E-Mail Address
-
4-2155<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR STROBOSCOPY UNIT FOR SPEECH 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 VA240C-16-Q-0023. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-90 dated May 16, 2016. 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 1,250 employees. This requirement is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Only verified SDVOSBs in the VIP database when a quote is submitted and at the time of award will be considered for award and unverified firms will be considered non-responsive and ineligible for award. The Department of Veteran Affairs, Minneapolis VA Medical Center has a requirement a Stroboscopy unit for speech consisting of: One (1) HD - Digital Video Capture, Part # 9310HD; One (1) Laryngeal Strobe, Part # 9400; three (3) HD Video Processors, Part # EPK-I; four (4) Transnasal Esophagoscope 80K, Part # EE-1580K; one (1) Pentax Hand-Held Leak Tester, Part # ZUTR10002P; one (1) Pentax Adaptor with Filter, Part # 9122C; one (1) HD Camera (3CCD), Part # 9214HD; one (1) 5197-801 Zoom Coupler, 17.5mm, Part # 9118B; one (1)NDS 24" Endovue LED Monitor, Part # NDS24ENDO; one (1) Tall Cart (HUI), Part # 80233-2; one (1) Monitor Arm Mounting Kit, Part # 80228; one (1) Mic, Lapel assy Rev D, Part # 7175-6000; one (1) Foot Switch Assembly EPK, Part # 7193-5500, and one (1) Installation and Training. The award will be made to the lowest price technically acceptable (LPTA), responsible quoter. To be technically acceptable the products quoted shall be Brand Name or Equal to Pentex (Part number identified above) and shall be compatible with existing equipment (Pentex Stroboscope Rhinolarymgeal, SN 26108-11, Model # 9100B). Line Items: Item Number / Description / Quantity / Unit CLIN 0001 / HD - Digital Video Capture, Part # 9310HD / 1 / EA; CLIN 0002 / Laryngeal Strobe, Part # 9400 / 1 / EA; CLIN 0003 / HD Video Processor, Part # EPK-I / 3 / EA; CLIN 0004 / Transnasal Esophagoscope 80K, Part # EE-1580K / 4 / EA; CLIN 0005 / Pentax Hand-Held Leak Tester, Part # ZUTR10002P / 1 / EA; CLIN 0006 / Pentax Adaptor with Filter, Part # 9122C / 1 EA; CLIN 0007 / HD Camera (3CCD), Part # 9214HD / 1 / EA; CLIN 0008 / 5197-801 Zoom Coupler, 17.5mm, Part # 9118B / 1 / EA; CLIN 0009 / NDS 24" Endovue LED Monitor, Part # NDS24ENDO / 1 / EA; CLIN 0010 / Tall Cart (HUI), Part # 80233-2 / 1 / EA; CLIN 0011 / Monitor Arm Mounting Kit, Part # 80228 / 1 / EA; CLIN 0012 / Mic, Lapel assy Rev D, Part # 7175-6000 / 1 / EA; CLIN 0013 / Foot Switch Assembly EPK, Part # 7193-5500 / 1 / EA; and CLIN 0014 / Installation and training / 1 / JB ADDITIONAL DOCUMENTS NEEDED w/ the Quote: If offering a product other than the Brand Name specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Brand Name or Equal to the equipment indicated herein. 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 and VAAR Clauses: 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 52.202-1, Definitions (NOV 2013) - By Reference; FAR 52.203-3, Gratuities (APR 1984) - By Reference; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (APR 2014) - By Reference FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) - By Reference; FAR 52.204-13, System for Award Management Maintenance (JUL 2013) - By Reference; FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) - By Reference; FAR 52.233-1, Disputes (MAY 2014) - By Reference; FAR 52.233-3, Protest After Award (AUG 1996) - By Reference; FAR 52.233-4, Applicable Law For Breach Of Contract Claim (OCT 2004) - By Reference; FAR 52.247-34, F.o.b. Destination (NOV 1991) - By Reference; VAAR 852.203-70, Commercial Advertising (JAN 2008) - By Reference; VAAR852.211-73, Brand Name Or Equal (JAN 2008) - By Reference; VAAR 852.219-10, VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) - By Reference; VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) - By Reference; VAAR 852.211-70, Service Data Manual (NOV 1984) - By Reference; VAAR 852.246-71, Inspection (JUN 1997) - By Reference; FAR 52.211-8 Time Of Delivery (JUN 1997) - Full Text; and 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006); (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015); (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014); (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011); (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013); (25) 52.222-3, Convict Labor, (JUN 2003); (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012); (27) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999); (28) 52.222-26, Equal Opportunity, (MAR 2007); (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015); (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); (31) 52.222-37, Employment Reports on Veterans (FEB 2016); (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015); (42) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (45) 52.225-1, Buy American-Supplies (MAY 2014); (48) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and (54) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) FAR and VAAR Provisions: FAR 52.204-7, System For Award Management (JUL 2013) - By Reference; FAR 52.204-16, Commercial And Government Entity Code Reporting (JUL 2015) - By Reference; FAR 52.204-17, Ownership Or Control Of Offeror (NOV 2014) - By Reference; FAR 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations-Representation (NOV 2015) - By Reference; FAR 52.211-6, Brand Name Or Equal (AUG 1999) - By Reference; FAR 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran-Representation And Certifications (OCT 2015) - By Reference; VAAR 852.233-70, Protest Content/Alternate Dispute Resolution (JAN 2008) - By Reference; VAAR 852.233-71, Alternate Protest Procedure (JAN 1998) - By Reference; VAAR 852.273-74, Award Without Exchanges (JAN 2003) - By Reference; FAR 52.204-20 Predecessor Of Offeror (APR 2016) - Full Text; FAR 52.209-5DEV, Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) (MAR 2012) - Full Text; FAR 52.233-2, Service Of Protest (SEP 2006) - Full Text; FAR 52.212-3, Offeror Representations And Certifications-Commercial Items (APR 2016) - Full Text; and VAAR 852.233-71, Alternate Protest Procedure (MAY 2010) - Full Text 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. In order to comply with the Veterans First Contracting Program all contractors must be registered and verified on VetBiz. For your information review the VetBiz site at http://www.vip.vetbiz.gov. All responsible verified SDVOSB sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 12:00 P.M. CST on September 13, 2016. Quotes must be submitted electronically via e-mail to Brian.OBoyle@va.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential quoters may direct all inquiries pertaining to the solicitation in writing to Brian.OBoyle@va.gov. Telephone requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a067d3f6d46e8c9d799c748397b8985)
- Document(s)
- Attachment
- File Name: VA240C-16-Q-0023 VA240C-16-Q-0023_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2977512&FileName=VA240C-16-Q-0023-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2977512&FileName=VA240C-16-Q-0023-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240C-16-Q-0023 VA240C-16-Q-0023_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2977512&FileName=VA240C-16-Q-0023-000.docx)
- Record
- SN04250355-W 20160902/160901000801-1a067d3f6d46e8c9d799c748397b8985 (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 |