Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
DOCUMENT

65 -- PROS NCO23 618 STOCK CPAP SUPPLIES Combined synopsis/solicitation for Masks for CPAP/BiPAP (stock commerical items) 100% Set-Aside for SDVOSBs Response is to be received no later than 4:30pm CST 9/8/17 - Attachment

Notice Date
9/1/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
VA26317Q1170
 
Response Due
9/8/2017
 
Archive Date
9/23/2017
 
Point of Contact
Joseph Bennett, Contract Specialist
 
E-Mail Address
8-3633<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1 Combined Synopsis/Solicitation for Stock Masks for CPAP/BiPAP Commercial items. Solicitation number: VA263-17-Q-1170 1a. DESCRIPTION OF THIS SOLICITATION. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is for the acquisition of Stock Masks for CPAP/BiPAP for a VA Hospital/Station. Response to this solicitation is to be received no later than: 04:30pm CST, Friday, September 8 2017 Respond by emailing offer to Joseph.Bennett@va.gov or by Faxing to FAX number: 319-358-6430 with cover sheet that includes: Attention Joseph Bennett, Response to solicitation VA263-17-Q-1170. Information relevant to this solicitation: Solicitation number: VA2637-17-Q-1170 NAICS code (North American Industrial Classification system: 339112 Size Standard for this NAICS code: 1,000 employees PSC/FSC (Product Service Code/Federal Supply Code): 6515 This acquisition is: Set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). Only VA verified SDVOSBs listed in the Vendor Information Pages (VIP) Database at the time of award of contract will be considered. Quotations from Non VIP verified offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. This is a Brand Name or Equal solicitation. Any or equal items must meet or exceed the performance specifications of the brand name items being solicited. The type of award(contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. The Government would prefer to use the Government Wide Purchase Card as the payment vehicle for this particular acquisition. However, this preference is NOT Mandatory and will not be counted against any vendor who does not or cannot accept purchase cards. Delivery method and instructions: FOB Destination, 10 Calendar Days ARO. Contract Period: Delivery date - 10 Calendar Days ARO. 1b. DESCRIPTION OF SUPPLIES BEING SOLICITED for solicitation VA263-17-Q-1170 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Mirage Quattro Full Face Mask - Large - for CPAP/BIPAP, Vented, 61203 Contract Period: 10 Calendar Days After Receipt of Order (ARO) is Delivery Date. 275.00 EA 0002 Mirage Quattro Full Face Mask - MED - for CPAP/BIPAP, vented, 61202 200.00 EA 0003 Mirage FX Nasal Mask - Standard - for CPAP/BIPAP, Adj. Headgear, Vented, 62103 600.00 EA 0004 Quattro Air Full Face -MED - for CPAP/BIPAP w/Headgear, 62702 225.00 EA 0005 Quattro Air Full Face - LARGE - for CPAP/BIPAP w/Headgear, 62703 225.00 EA 0006 Swift FX Nano Nasal Mask - Standard - for CPAP/BIPAP, Adj. Minimal Headgear, 62200 350.00 EA DELIVERY DELIVERY DATE SHIP TO: Department of Veteran Affairs Minneapolis VAMC, Warehouse Bldg 70 One Veterans Drive Minneapolis, MN 56303 USA 10 calendar days ARO MARK FOR: Francine Price, Prosthetics Dept. 612-467-2316 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) 3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Past performance IAW 9.104-3(b). Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. Addendum to FAR 52.212-3 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70   Commercial advertising (Jan 2008) 852.211-73   Brand name or equal (Jan 2008) 852.219-10   VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.219-11   VA Notice of Total Veteran-Owned Small Business Set-Aside. 852.232-72   Electronic submission of payment requests (NOV 2012) Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ** End Solicitation **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26317Q1170/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-Q-1170 VA263-17-Q-1170.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3773894&FileName=VA263-17-Q-1170-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3773894&FileName=VA263-17-Q-1170-000.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: To be delivered to:;Deptartment of Veterans Affairs;Minneapolis VAMC, Warehouse Bldg. 70;One Veterans Drive, Minneapolis MN 55417
Zip Code: 55417
 
Record
SN04659270-W 20170903/170901231942-b6c6fbeba20c9524dd1cd9c8d7507f1d (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.