Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
DOCUMENT

42 -- Sentinel XL Decontamination Equipment - Attachment

Notice Date
8/4/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0580
 
Response Due
8/14/2017
 
Archive Date
10/13/2017
 
Point of Contact
Christopher Humphrey
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) 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. (ii) The solicitation number is VA241-17-Q-0580 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as an SDVOSB set-aside. The associated NAICS code is 339113 - Surgical Appliance and Supplies Manufacturing and small business size standard is 750 Employees. (v) The Government intends to award a firm-fixed price, one-time order for the line item(s) described below. Please see any additional attachments, if applicable. The Togus VA Medical Center has a need for decontamination equipment in case of an emergency activation. This is a brand name justification as the VA requires the following Sentinel XL kit with the configuration described below in order for kits to be compatible with existing equipment. Please include any spec sheets, pamphlets and/or brochures with your quotation submission. We estimate that the order will be for (40 ea.) of these kits, however this number may fluctuate based on the final quotation amounts due to funding constraints. Please also note on your quote whether this will be shipped F.O.B. Destination or F.O.B. Origin (along with any applicable shipping charges). All quotes shall be emailed to Christopher.Humphrey@va.gov. Hand and postal deliveries will not be accepted. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 PN#: S-5000-03 - Sentinel XL CBRN Cap 2 - Standard w/ Lithium Battery System in Duffle. Manufacturer: ILC Dover 40.00 EA _____________ ______________ GRAND TOTAL (vi) The Contractor shall supply the requested brand name product(s) to the Togus VA Medical Center, 1 VA Center, Augusta, ME 04330., as stated in the attached Salient Characteristics. (vii) The delivery location is Togus VA Medical Center, 1 VA Center, Augusta, ME 04330. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Christopher.Humphrey@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 08/08/2017 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. 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. The following factors shall be used to evaluate offers:   Price (Follow these instructions): Offeror will complete the Price Schedule in Section (v), with offerors proposed contract line item prices inserted in appropriate spaces or provide their own quote with all of the information requested Section V and the attached Salient Characterics.   Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested supplies IAW the Salient Characteristics in a timely efficient manner.   Contractor shall demonstrate that their quoted product(s) is in accordance with all of the information described and requested in Section V of this solicitation and in the Salient Characteristics. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.211-70 Service Data Manuals (NOV 1984), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.246-70 Guarantee (JAN 2008), 852.246-71 Inspection (JAN 2008). Limitations on Subcontracting - Monitoring and Compliance This solicitation includes 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 (Alt 1), 52.225-13, 52.232-33. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 08/14/2017 at 3:00 PM EST. RFQ responses must be submitted via email to: Christopher.Humphrey@va.gov. Hand and postal deliveries will not be accepted. (xvi) The POC of this solicitation is Christopher Humphrey (Christopher.Humphrey@va.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117Q0580/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0580 VA241-17-Q-0580.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712797&FileName=VA241-17-Q-0580-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712797&FileName=VA241-17-Q-0580-000.docx

 
File Name: VA241-17-Q-0580 Posting - Sentinel XL - Salient Characteristics.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712798&FileName=VA241-17-Q-0580-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712798&FileName=VA241-17-Q-0580-001.pdf

 
File Name: VA241-17-Q-0580 Posting - SENTINEL - BRAND NAME JUSTIFICATION - FAR13 JA SAP 3.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712800&FileName=VA241-17-Q-0580-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712800&FileName=VA241-17-Q-0580-002.pdf

 
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;Togus VA Medical Center;1 VA Center;Augusta, ME
Zip Code: 04330
 
Record
SN04613488-W 20170806/170804231620-b939ed70b027b81c85d8208465f30b7a (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.