Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2016 FBO #5486
DOCUMENT

65 -- PROS V23 656 STOCK CPAP MASK VOSB SETASIDE - Attachment

Notice Date
11/28/2016
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Iowa City;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
VA26317Q0118
 
Response Due
12/1/2016
 
Archive Date
12/31/2016
 
Point of Contact
Joseph Bennett
 
E-Mail Address
8-3633<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes as the solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) under solicitation number VA263-17-Q-0118 for the procurement of stock CPAP devices. The government intends to make a single award firm fixed price Purchase Order. This acquisition is set-aside 100% for a Veteran Owned Small Business (VOSB). This solicitation is being placed to fulfill this requirement and to determine if Service Disabled Veteran Owned Small Business (SDVOSB) vendors are available in the marketplace. The North American Industrial Classification System (NAICS) code for this requirement is 339113 Surgical Appliance and Supplies Manufacturing and the business size standard is 500 employees. The solicitation document, incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-91 published on September 30, 2016. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items, apply to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation - Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Basis for award will be lowest priced technically acceptable offer. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the offer. To be technically acceptable the items shall meet the Governments specifications. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirm this has already been completed in their SAM registration. The clause at 52.212.4 Contract Terms and Conditions - Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Addended to FAR 52.212-4 are the following clauses 52.203-3, 52.203-99, 52.204-4, 52.204-7, and 52.228-5. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition which shall include the following clauses: 3, 5, 10, 16, 17, 18, 19, 20, 31, 32, 36, 40, and 54. Requirement Description: See attached requirements and specifications below. Only authorized reseller and distributers of Brand Name Vendor items are allowed to submit quotes. Brand name justification is determined based upon the medical and clinician s assessment of each unique patient symptoms and recommended treatment. Products: SIMPLUS SMALL MASK WITH HEADGEAR, PART# 400475 (QTY 20 EA); SIMPLUS MEDIUM MASK WITH HEADGEAR, PART# 400476 (QTY 60 EA); SIMPLUS LARGE MASK WITH HEADGEAR, PART# 400477 (QTY 60 EA); QUATTRO MEDIUM MIRAGE MASK WITH HEADGEAR, PART 61202 (QTY 80 EA); QUATTRO LARGE MIRAGE MASK WITH HEADGEAR, PART# 61203 (QTY 60 EA); RESMED MIRAGE FX STD/REG MASK WITH GREY HEADGEAR, PART# 62103 (QTY 80 EA); MIRAGE FX NASAL MASK STANDARD WITH GREY HEADGEAR, PART# 62118 (QTY 10 EA); SWIFT FX NASAL PILLOWS SYSTEM WITH SMALL, MEDIUM, AND LARGE PILLOWS, PART# 61500 (QTY 80 EA); SWIFT FX FOR HER SYSTEM WITH X-SMALL, SMALL AND MEDIUM PILLOWS, PART# 61540 (QTY 10 EA); CHINSTRAP, PREMIER STYLE, PART# TMS-07 (QTY 80 EA). Delivered FOB Destination 5 days after receipt of order (ARO) to: Department of Veterans Affairs Saint Cloud VAMC ATTN: RESPIRATORY DEPT BLDG 1 4801 Veterans Drive Saint Cloud, MN 56303-2015 Only VA verified VOSBs and SDVOSBs in the Vendor Information Pages (VIP) database at the time of contract award will be considered for award. Quotations from Non-VIP verified firms will be considered non-responsive, will not be evaluated, and are ineligible for award. 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. A DUNS (Dun and Bradstreet) number is required in order to register. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE, FAR 52.213-3 NOTICE TO SUPPLIER, FAR 52.232-36 PAYMENT BY THIRD PARTY, FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS, VAAR 852.203-70 COMMERCIAL ADVERTISING, VAAR 852.211-73 BRAND NAME OR EQUAL, VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.232-72 Electronic Submission of Payment Requests, 852.237-70 Contractor Responsibilities, 852.246-71 Inspection, and 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference. Inquiries and offers to this solicitation shall be sent to Joseph Bennett, Contract Specialist, via email at Joseph.Bennett@va.gov by December 1, 2016 at 4:00 PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26317Q0118/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-Q-0118 VA263-17-Q-0118_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3129971&FileName=VA263-17-Q-0118-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3129971&FileName=VA263-17-Q-0118-000.docx

 
File Name: VA263-17-Q-0118 AP-1309 Combined Synopsis _ Solicitation.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3129972&FileName=VA263-17-Q-0118-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3129972&FileName=VA263-17-Q-0118-001.docx

 
File Name: VA263-17-Q-0118 REQUIREMENT DESCRIPTION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3129973&FileName=VA263-17-Q-0118-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3129973&FileName=VA263-17-Q-0118-002.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: Department of Veterans Affairs;Saint Cloud VAMC;ATTN: RESPIRATORY DEPT BLDG 1;4801 Veterans Drive;Saint Cloud, MN
Zip Code: 56303-2015
 
Record
SN04336868-W 20161130/161128234002-a76d5cf460183ca118df51687482ab4e (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.