Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
DOCUMENT

65 -- PRIME TC TRANSPORT CHAIRS - Attachment

Notice Date
7/18/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q9458
 
Response Due
7/23/2018
 
Archive Date
8/22/2018
 
Point of Contact
Natalie Bennett
 
E-Mail Address
5-3980<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 36C24618Q9458 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. (ii) Solicitation 36C24618Q9458 is issued as a Request for Quote (RFQ). Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration can be made through the website at http://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (iii) The Durham VA Medical Center, Durham, NC intends to issue a firm-fixed price contract full and open competition and incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-96. (iv) This solicitation is issued as an SDVOSB set aside Request for Quote (RFQ). Submit written quotes on RFQ Number 36246C18Q9458. The associated NAICS code is 339113 and Small Business size 750. (v) This combined synopsis/solicitation is for purchase of the following commercial items: 1. #1460000000 PRIME TC SWING-AWAY MODEL 46 EA 2. #1460001200 FOLEY BAG HOOK OPTION W/LEGREST 46 EA 3. #1460035000 IV POLE 46 EA 4. #146014500 O2 HOLDER 46 EA 5. #1460166030 LEG REST OPTION 46 EA 6. #771460CT PROTECT Time of Sale 5yr 46 EA 7. #146001600 PRIMETC SWING-AWAY COMP COMPS 46 EA 8. #1460013000 NON-PADDED SEAT OPTION 46 EA 9. #1460013027 SEAT BACK PLAQUE LABEL PWDRBLU 46 EA 10. #1460035027 IV POLE TOPPER, POWDER BLUE 46 EA 11. #1460109001 PRIME TC DOMESTIC OPS MANUAL 46 EA 12. #9000900902 UNBOX PACKAGING 46 EA 13. #777777300 3 YEAR WARRANTY PARTS, 1 YEAR 46 EA LABOR & TRAVEL (vi) This is a Brand Name. Manufacture is Stryker Corporation. Offers must provide documentation validating their offer meets each salient characteristic. Salient Characteristics FLIP-UP SWING AWAY FOOTREST 40.2 (102.1cm) PUSH HANDLES 28.3 (71.8CM) CENTRAL BRAKE One-Touch 21.5 (54.6cm) CHAIR HEIGHT 18 IV POLE 73 (185.4) CHAIR HEIGHT 35 - 45 (88.9 114.3 cm) CHAIR WIDTH 16 20.5 (40.6 -52.1 cm) WEIGHT CAPACITY 500 LBS (226.8 kg) (vii) Required delivery 10 days ARO. Place of delivery is Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC. (viii) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JAN 2017), applies to this acquisition. Addendum FAR 52.212-1 Provisions apply to this acquisition 52.211-6 Brand Name (ix) FAR 52.212-2 Evaluation. Commercial items (OCT 2014, applies to this acquisition. This is a competitive selection in which competing offers will be evaluated based on Lowest Price Technically Acceptable. The evaluation process shall proceed as follows. Offers will be initially reviewed for compliance all terms and conditions required by the solicitation. Offers that comply with all terms of the solicitation will then move forward to the next step as detailed below. Offers that do not comply with all terms and conditions of this solicitation may be rejected for noncompliance. Next, offers shall be ranked according to price, including option prices if applicable. An offeror s proposed price will be determined by multiplying the quantities identified in the pricing schedule by the proposed unit price for each contract line item to confirm the extended amount for each item. The extended amounts will be added together to determine the total evaluated price. Next, the lowest priced offer shall be evaluated for technical acceptability. Technical acceptability shall be evaluated on a pass/fail basis considering whether the proposed product meets or exceeds all salient characteristics specified in section (vi) of this Combined Synopsis. If the lowest priced offer is determined technically acceptable, that offer represents the best value to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not determined technically acceptable, the next lowest priced offer will be evaluated for technical acceptability and the process will continue in order by price until an offer is judged technically acceptable. (x) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV, 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: (46) 52.225-1, Buy American Act-Supplies (May, 2014) (41 U.S.C. chapter 83). (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). The following clauses apply to this acquisition: (xiii) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (JAN, 2008) 852.211-70 Service data Manuals (NOV, 1984) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests (NOV, 2012) 852.246-70 Guarantee (JAN, 2008) (xiv) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 4:00 PM, July 23, 2018. (xv) Quotes are required to be received in the contracting office no later than 10:00 pm EST on July 23, 2018. All quotes must be emailed to the attention of Natalie Bennett, email address is natalie.bennett@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9458/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q9458 36C24618Q9458.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491958&FileName=36C24618Q9458-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491958&FileName=36C24618Q9458-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04996809-W 20180720/180718230929-ee659670745e39bd3ddf554e919a620c (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.