Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

Q -- 544-18-1-045-0012 SP200 FULL SUPPORT SCRIPTPRO (VA-17-126541) - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24717Q0943
 
Response Due
8/14/2017
 
Archive Date
10/13/2017
 
Point of Contact
Joseph Locke
 
E-Mail Address
6-4000
 
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; quotations are being requested. Interested parties should contact the Contract Specialist, Joseph Locke, joseph.locke@va.gov for a copy of the solicitation so that interested offeror(s) may complete the SF1449 document. Contractor must be qualified to perform service on Scriptpro System Equipment. Full service provides for all emergency service and required annual preventive maintenance. The requirement is comprehensive, and must cover the performance of all calibration adjustments and the provision of all preventive maintenance and non-consumable parts set. The requirement includes a base year and 4 additional option years for a total of 5 years. Please refer to the Statement of Work (SOW) which includes the equipment list and the corresponding Schedule of Supplies. Basis of Award Project: SCRIPTPRO PREVENTATIVE MAINTENANCE A. BASIS FOR AWARD. Both open market vendors and GSA contract holders are encouraged to submit offers for this requirement.   If offeror is a GSA schedule vendor for one or more of the requested services/supplies, please ensure that the GSA schedule information is included when submitting bid/quote. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Contractor must be qualified to perform service on Scriptpro System Equipment. Full service provides for all emergency service and required annual preventive maintenance. The requirement is comprehensive, and must cover the performance of all calibration adjustments and the provision of all preventive maintenance and non-consumable parts set. Price: All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation.. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB AUTHORIZED BY SCRIPTPRO TO WORK ON MACHINES PRICE (Not Rated)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24717Q0943/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-Q-0943 VA247-17-Q-0943_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3719185&FileName=VA247-17-Q-0943-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3719185&FileName=VA247-17-Q-0943-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04617696-W 20170810/170808232250-b44c7a45e76bd4012576a457760ccff5 (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.