Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
DOCUMENT

65 -- Weight Scales - Attachment

Notice Date
12/6/2017
 
Notice Type
Attachment
 
NAICS
#339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Commodities & Services Acquisition Svc;(003B6E);555 Corporate Circle;Golden CO 80401-5621
 
ZIP Code
80401-5621
 
Solicitation Number
36C79118R0001
 
Response Due
1/8/2018
 
Archive Date
2/7/2018
 
Point of Contact
Josephine P Helms
 
E-Mail Address
3-6227<br
 
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. This solicitation is issued as a Request for Proposal (RFP) from the Department of Veterans Affairs, Commodities & Services Acquisition Service (CSAS). It is numbered 36C79118R0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017. This procurement is unrestricted. All responsible sources may submit an offer. NAICS Code: 339112 Small Business Size Standard: 1,000 employees CLINs requested are as listed below: CLIN1: Standard Floor Scale, approx. 6000 each per year CLIN 2: Standard Bluetooth Floor Scale, approx. 6000 each per year CLIN 3: Wide Base Floor Scale, approx. 6000 each per year CLIN 4: Wide Base Bluetooth Floor Scale, approx. 4800 each per year CLIN 5: Bariatric Floor Scale, approx. 360 each per year CLIN 6: Bariatric Bluetooth Floor Scale, approx. 360 each per year CLIN 7: Smart Floor Scale, approx. 6000 each per year CLIN 8: Smart Bluetooth Floor Scale, approx. 6000 each per year Description of requirements: Floor scales for Veterans enrolled in the VA Home Telehealth and VA Video Connect programs to use in their homes to monitor body weight. The specifications for each scale are listed in section B.3 - Minimum Technical Requirements. Salient characteristics required for each type of scale for each contract line item (CLIN) are listed. Date(s) and place(s) of delivery and acceptance and FOB point: DELIVERY INFORMATION Delivery schedule: 10 days after receipt of order (ARO). F.O.B. DESTINATION unless otherwise specified. Delivery Address: The Department of Veterans Affairs Denver Logistics Center (DLC) Golden, CO 80401 Mark for: Warehouse - Armando Encinias SHIPPING REQUIREMENTS The commercially accepted shipping containers must be clearly marked to indicate the contractor s name and the following: Name and complete address of the contractor VA Purchase Order Number If Mark for: information is specified, then this information MUST appear on all containers. Scan Capable Serial number label on outside of packaging for each unit (scale) included in an order. A commercial packing list, including the description of material shipped, name of item, item number, quantity, number of containers, and package number (if any), should be included. If more than one order is shipped per container, each order shall be packed in a separate container or package and must contain an individual packing list, as specified above, for that order. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and the following addenda apply: ADDENDA TO 52.212-1: Offers may be submitted via e-mail to josephine.helms@va.gov, or fax to (303)914-5420. Products samples are not required but may be requested by the Contracting Officer. Multiple offers will be accepted. Offers for different manufacturers are considered multiple offers. 8. The provision at 52.212-2, Evaluation Commercial Items, will be used for this procurement. The following addenda to this provision are applicable: ADDENDA TO 52.212-2: All awards made as a result of this Solicitation will be made on a Lowest Price Technically Acceptable basis. One award will be made per contract line item for a base year and four option years. Proposals may be submitted for one contract line item or multiple contract line items. The Government shall perform a Technical Evaluation of the descriptive literature, and performance specifications to determine whether the offered items meet the solicitation s product description and minimum technical requirements. This evaluation will result in a determination that the offered items are Technically Acceptable or Technically Unacceptable. All Offered products that fail to provide sufficient evidence of compliance with the minimum technical requirements will receive no further consideration. 9. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Offers that do not include a completed copy of the provision 52.212-3 may be considered unresponsive and excluded from consideration. 10. Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following addenda are applicable to the clause: ADDENDA TO CLAUSE 52.212-4: CONTRACTOR REMITTANCE ADDRESS All payments by the Government to the contractor will be made in accordance with: 52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration. ADDENDA TO CLAUSE 52.212-4: CONTRACT PAYMENT Method of payment for goods ordered under this contract will be made by Electronic Funds Transfer (EFT). Please complete the following: If awarded a contract, you must be registered to receive payments electronically. ADDENDA TO CLAUSE 52.212-4: INVOICE PROCEDURES All invoices from the Contractor must be submitted through Tungsten, a third party contractor for the FSC e-Invoice Program through the VA FSC portal: http://www.tungsten-network.com/US/en/veterans-affairs/ VA FSC P.O. Box 149971 Austin, TX 78714 FSC e-Invoice contact information - 1-877-353-9791 Invoices submitted for payment will be completed in accordance with FAR 52.212-4(g). Invoices will be submitted in arrears as products are shipped. Detailed instructions for invoice submission will be provided to awardee(s). 11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition to include: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ADDENDA TO CLAUSE 52.212-5: The following clauses are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 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). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225 5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 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). 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). 12. The following additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and are consistent with customary commercial practices. The contractor must contact the Contracting Officer on all matters pertaining to administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect the price, quantity or delivery terms of the contract. 13. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. There is no DPAS rating. 14. Offers are due via e-mail, fax, or delivery on 17 November 2017, at 11:59 PM Mountain Standard Time (MST). Offers must be submitted to one of the following: Regular Mail: Department of Veterans Affairs Commodities & Services Acquisition Service Attn: Josephine Helms PO Box 25166 Denver, CO 80225-0166 UPS, FEDEX, Overnight, Courier, Hand Carried: Department of Veterans Affairs Commodities & Services Acquisition Service Attn: Josephine Helms 555 Corporate Circle Golden, CO 80401 E-mail: Josephine Helms, Josephine.helms@va.gov 15. Contact information regarding the solicitation is: GOVERNMENT POINT OF CONTACT: Agency: Department of Veterans Affairs Commodities & Services Acquisition Service (CSAS) Address: P.O. Box 25166 Denver, CO 80225-0166 Overnight 555 Corporate Circle Address: Golden, CO 80401 Primary Name: Josephine Helms Title: Contract Specialist E-Mail Address: josephine.helms@va.gov Phone No. (303) 273-6227 Fax No.: (303)-215-9140 Secondary Name: Kyle Shaffer Title: Contracting Officer E-Mail Address: kyle.shaffer@va.gov Phone No. (303) 273-6222 Fax No.: (303)-215-9140 *See attachment for full combined synopsis/solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VADDC791/VADDC791/36C79118R0001/listing.html)
 
Document(s)
Attachment
 
File Name: 36C79118R0001 36C79118R0001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3948754&FileName=36C79118R0001-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3948754&FileName=36C79118R0001-000.docx

 
File Name: 36C79118R0001 36C79118R0001 - Weight Scales - Request for Proposal.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3948755&FileName=36C79118R0001-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3948755&FileName=36C79118R0001-001.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: Denver Logistics Center;555 Corporate Circle;Golden, CO
Zip Code: 80401
 
Record
SN04758898-W 20171208/171206231310-cfabe078695a8ee2e08b85c315a3c91d (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.