DOCUMENT
65 -- Overbed Tables for inpatient rooms - Attachment
- Notice Date
- 7/27/2017
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Fresno VAMC - Department of Veterans Affairs Central California Health Care System
- Solicitation Number
- VA26117Q0844
- Response Due
- 8/11/2017
- Archive Date
- 10/10/2017
- Point of Contact
- Charles D Dutkevitch
- E-Mail Address
-
5-6100
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Combined Synopsis/Solicitation Set-Aside: Determined by Cascading (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) Solicitation VA261-17-Q-0844 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer- 1. Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) Service-disabled veteran-owned small business (SDVOSB); (b) Veteran-owned small business (VOSB); (c) All other small business concerns; (d) Other than small business. If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The applicable NAICS for this procurement is: 337127 with a size standard of 500 Employees. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. This requirement consists of the following items: Brand Name or Equal See Items Schedule contained in solicitation. Pricing Information: 1. Pricing should be considered FOB DESTINATION 2. New Equipment only; no remanufactured or "gray market" items 3. All items must be covered by the manufacturer's warranty 4. Offer MUST be good for 30 calendar days after close of solicitation. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping and provide ARO delivery timeframe. Include all requisite supporting documentation identified in this solicitation with your offer. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors of the quoted items. Offerors MUST enter exactly what they are quoting (including unit cost, total cost, make, model, manufacturer, part number, and description (salient features detailing the functional, mechanical, performance, and physical characteristics)) in order for the quote to be considered. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM). Service-Disabled Veteran-Owned Small Business (SDVOSB) offerors must be verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) at the time of submission of proposal. Failure to be verified will result in the offeror s proposal to be deemed non-responsive. QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contract Specialist, Charles Dutkevitch at Charles.dutkevitch@va.gov no later than 12:00 PM PST on August 11th, 2017. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contract Specialist, Charles Dutkevitch at Charles.dutkevitch@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number VA261-17-Q-0844 and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). Questions regarding this solicitation shall be submitted no later than forty-eight (48) hours prior to the posted solicitation closing date and time, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted. Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 21 855 M St, Suite 1020 Fresno, CA 93721 Primary Point of Contact: Charles Dutkevitch Contracting Specialist, NCO 21 Charles.dutkevitch@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26117Q0844/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0844 VA261-17-Q-0844_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691516&FileName=VA261-17-Q-0844-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691516&FileName=VA261-17-Q-0844-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0844 VA261-17-Q-0844_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691516&FileName=VA261-17-Q-0844-000.docx)
- Record
- SN04600710-W 20170729/170727232307-f67ebfd503fc47746673e1dab4d989af (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 |