Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

65 -- Portable X-Ray Units - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017Q0180
 
Response Due
1/16/2017
 
Archive Date
3/17/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
opher
 
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. The solicitation number is VA250-17-Q-0180 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. The associated NAICS code is 334517 334517, Irradiation Apparatus Manufacturing and small business size standard is 1000 employees. This is a total Service Disabled Veteran Owed Small Business set-aside. The requirement is for six (6) Each of the Tigerview DR w/ New Xray Bi-Directional Arm with Tilt Head (or Equal) for use at the Louis Stokes Cleveland VA Medical Center. Delivery location is the Louis Stokes Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106-1702. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-93. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99, and 52.204-4 FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least two year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards 852.211-73 Brand Name or Equal 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 16 January 2017 3:00 p.m. EST. Price/Cost Schedule Item Information ITEM DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT PRICE AMOUNT 0001 Tigerview DR w/ New Xray Bi-Directional Arm w/ Tilt head (or Equal) 6.00 EA ______ ______ GRAND TOTAL ______ Delivery Schedule ITEM NUMBER QUANTITY DELIVERY ALL SHIP TO: Department of Veterans Affairs Louis Stokes Cleveland VAMC 10701 East Boulevard Cleveland, OH 44106-1702 USA All 60 Days ARO MARK FOR: Gregory Zmina x4313 (216) 791-3800 Gregory.Zmina@va.gov Background: The Cleveland VAMC will be replacing its current podiatric x ray unit at the Wade Park and Parma facilities. Currently these services are only offered at our Wade Park and Parma facilities, but the Cleveland VAMC will be adding these services at the Akron, Canton, Mansfield and Youngstown Community Based Outpatient Clinics (CBOCs). This unit, CR plate reader, is utilized in the performance of Weight Bearing Feet and Ankle exams. The current Podiatry units at Wade Park and Parma are an older Computer Radiography (CR) system. These current units are beyond useful life and are no longer being supported by the manufacturer. The move to Direct Radiography (DR) is the newest technology that provides better quality imaging and simultaneously will reduce the dose of radiation to each patient significantly. This lower radiation dose is a most important benefit to our Veteran patients and DR is the gold standard in imaging technology worldwide. Specifications: Unit SHALL include a computer, x-ray tube, stand, hardware, software and DR Plate SHALL be a floor unit SHALL use DR Technology SHALL be covered by no less than a 2 year warranty SHALL be DICOM conformant SHALL be ADA Compliant Ortho-base SHALL include education/training SHALL require no more than 10 seconds for image acquisition EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than Thursday 12 January 2017 at 3:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 13 January 2017. Contractor is responsible for verifying all existing field conditions. Contractor assumes the responsibility of surveying the existing conditions as part of their performance. Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3374 or 3375 Email: christopher.callihan@va.gov Evaluations will conducted under FAR Part 13 and any subsequent award will be made to the offer that provides the best value to the Government. In addition to price, offers were be evaluated on technically meeting the Governments requirement, and delivery and installation schedule. In addition to completing the cost/price schedule, contractors shall provide sufficient data/brochures to allow the Government to complete a technical comparison of the items offered to meet the Government s requirements. Failure to do so could result in an unacceptable offer. A proposed delivery/installation schedule is to be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0180/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0180 VA250-17-Q-0180_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201871&FileName=VA250-17-Q-0180-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201871&FileName=VA250-17-Q-0180-001.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;Louis Stoke Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106-1702
 
Record
SN04368143-W 20170112/170110234539-b1f1b532b35cdeb853d9189b9255b219 (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  © 1994-2020, Loren Data Corp.