Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
DOCUMENT

J -- PM AutoStainer Link - Attachment

Notice Date
5/15/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
36C24718Q0649
 
Response Due
5/29/2018
 
Archive Date
9/5/2018
 
Point of Contact
David W. Parente
 
E-Mail Address
parente@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Notice of Intent to Sole Source Solicitation Number: 36C24718Q0649 Purchase Description: PM Diagnostic Autostainer Link (i)This is a Notice of Intent to Sole Source along with a COMBINED SYNOPSIS/ SOLICITATION for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes will be accepted, a further written solicitation will not be issued. This notice/announcement provides intent to award a Sole Source procurement. (ii)The Department of Veterans Affairs, Network Contracting Office 7 is issuing this combined synopsis/solicitation, 36C24718Q0649, as a Notice of Intent to Sole Source IAW FAR Part 5, Publicizing Contract Actions; 12, Acquisition of Commercial Items; & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, with a small business standard of $20.5 Million. (iv)The Government intends to award a Commercial Firm Fixed-Price Base + 4 Year Sole Source Award to contractor Agilent Healthcare Solutions Group. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 effective January 13, 2017. 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.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (vi)DESCRIPTION OF ITEMS/SERVICES: CLIN 0001: PREVENTIVE MAINTENANCE AND REPAIR SERVICE FOR DIAGNOSTIC AUTOSTAINER LINK 48 SYSTEMS, S/N AS3292D1402 Period of Performance Base Year: 08/01/2018 - 07/31/2019 Option Year 1: 08/01/2019 07/31/2020 Option Year 2: 08/01/2020 07/31/2021 Option Year 3: 08/01/2021 07/31/2022 Option Year 4: 08/01/2022 07/31/2023 MANUFACTURER: Agilent Healthcare Solutions Pricing Information: 1. Pricing should be considered FOB DESTINATION 2. New Equipment only; no remanufactured or "gray market" items 3. All items must be covered by the manufacturer's warranty 4. Offer MUST be good for 30 calendar days after close of solicitation. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping and provide ARO delivery timeframe. Include all requisite supporting documentation identified in this solicitation with your offer. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Delivery Address: Department of Veterans Affairs William Jennings Bryan Dorn VAMC 6439 Garners Ferry Rd. Columbia, SC 29209 Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Such responses MUST be received no later than May 30th 2018 at 12:00 PM (EDT). Forward responses by e-mail to david.parente@va.gov. Due to technical issues, please allow additional time if you re using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ For equipment, supplies, and equipment repair/maintenance solicitations/procurements only authorized distributors, resellers, and/or service providers of the manufacturer will be accepted. Manufacturer certifications/confirmations must be provided upon request of the Contracting Office. Upon receipt of responses the contracting officer may determine to compete the requirement for which a separate solicitation would be posted to Federal Business Opportunities (FBO) web-site as a Total 100% Small Business Set-Aside for a period of 15 calendar days or less using the evaluation criteria below. (viii) 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. (ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors of the quoted items.   Offerors MUST enter exactly what they are quoting (including unit cost, total cost, make, model, manufacturer, part number, and description (salient features detailing the functional, mechanical, performance, and physical characteristics)) in order for the quote to be considered. If the offeror is 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 the offeror is 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. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (xi) 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. (xii) 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. (xiii) n/a. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contract Specialist, David W. Parente at david.parente@va.gov no later than May 30th, 2018 at 12:00 PM (EDT). All quotes/offers submitted must include the Solicitation Number 36C24718Q0649 and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contract Specialist, David W. Parente at david.parente@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). Questions regarding this solicitation shall be submitted no later than forty-eight (48) hours prior to the posted solicitation closing date and time, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted. (xvi) Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 7 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: David W. Parente Contract Specialist, NCO 7 David.parente@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0649/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0649 36C24718Q0649.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304121&FileName=36C24718Q0649-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304121&FileName=36C24718Q0649-000.docx

 
File Name: 36C24718Q0649 Statement of Work - DAKO 544-18-4-045-0431.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304122&FileName=36C24718Q0649-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304122&FileName=36C24718Q0649-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04923556-W 20180517/180515230929-a7780c32d0a326cfafd519fe41cb8fcb (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.