Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
DOCUMENT

65 -- ThinPrep T5000 Processor The purpose of this Amendment is to change the Set-aside from SDVOSB to VOSB. - Attachment

Notice Date
4/26/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q0474
 
Response Due
5/3/2018
 
Archive Date
8/10/2018
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
Contract Specialist
(darius.crane@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Solicitation Number: 36C24718Q0474 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in 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) The solicitation number is 36C24718Q0474 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011.     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.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Veteran Owned Small Businesses and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 THINPREP T5000 PROCESSOR LOCAL STOCK NUMBER: PRD 00691 1.00 EA __________________ __________________ GRAND TOTAL __________________                                       Specific features: Brand Name or Equal            New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation.   ThinPrep T5000 Processor Specifications Instrument Dimensions: Width       34 /86 cm Height     22 /56 cm Depth:   26 /66 cm Clearances: Width: 40 /102 cm Height: 40 /102 cm Depth: 36 /92 cm Weight: 175 lb/80 kg (approximate) Waste container: Width                6 /15 cm Height               17 /43 cm Depth                6 /15 cm Operating Temperature: 60-90 °F /16-32 °C Operating Humidity:             20% - 80% RH non-condensing Electrical Voltage: 100/130 VAC at 2 amps 220/240 VAC at 1 amp Frequency: 47-63 Hz Power: Maximum 240 watts Carousel capacity: Up to 20 ThinPrep Pap, Non-Gyn, or UroCyte vials Up to 20 slides Up to 20 filters Output Capacity: 8 alcohol baths of 20 slides each Vial/Slide Barcode Requirements: 1D/linear barcodes (Code 128, I2 of 5, Code 39, Code 93) 2D barcodes (Data Matrix ECC 200) (vi)  The items for this solicitation are to be delivered to:                             DELIVER TO: RALPH H. JOHNSON VAMC 1001 TRIDETN ST HANAHAN, SC 29401-5799 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering;   VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2,   Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.   Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.   Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services.   Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.   If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items.   The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.   If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov   (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions.    Please place ATTENTION: THINPREP PROCESSOR 36C24718Q0474 in the subject line of your email. (xvi) Site Visit:   N/A (xviii) QUOTES/OFFERS ARE DUE May 3, 2018 at 15:00 PM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov.   Please place ATTENTION: THINPREP PROCESSOR 36C24718Q0474 in the subject line of your email or use hyperlink to reply. All offers must include the solicitation number.   Quotes/offers received after this date may not be considered for award.  (xvii)   Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0474/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0474 00001 36C24718Q0474 00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259594&FileName=36C24718Q0474-00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259594&FileName=36C24718Q0474-00001000.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: Ralph H. Johnson VAMC;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN04902100-W 20180428/180426230904-1c64590e8acb9ffe9ac23818af52a03b (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.