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

78 -- TREADMILL BIKES - Attachment

Notice Date
7/18/2018
 
Notice Type
Attachment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9437
 
Response Due
7/25/2018
 
Archive Date
7/28/2018
 
Point of Contact
Aleta Jennette-Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24218Q9437 Posted Date: 07/18/2018 Original Response Date: 07/25/2018 Current Response Date: 07/25/2018 Product or Service Code: 7830 Set Aside: Service Disabled Veteran-Owned Set-aside NAICS Code: 339920 Contracting Office Address Department of Veterans Affairs James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920, with a small business size standard of 750 employees. This procurement is being issued as 100% set-aside for SDVOSB. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339920, Sporting and Athletic Goods Manufacturing, with a small business size standard of 750 employees. This solicitation is 100% set-aside for SDVOSB. All interested companies shall provide quotation(s), for the following: Brand Name Only Sports Art Treadmills. Supplies Line Item Description Quantity Unit Price Total Price 1 Item#T665L-Status Senza Treadmill-19 20Amp 7 EA 2 Item#C575U-Status Upright Cycle 3 EA 3 Item#C575R-Status Recumbent Cycle 3 EA 4 Installation 1 EA Services Items to be delivered and installation required. The delivery/task order period of performance is 07/31/2018-12/31/2018. Delivery shall be provided no later than 15 days after receipt of order/award of contract. Delivery terms Destination. The contractor shall deliver line item(s) 1-3 to VA Hudson Valley Healthcare System Montrose Campus 2094 Albany Post Road, Montrose, NY. Place of Performance-Delivery and Installation Montrose VAMC Address: 2094 Albany Post Road Montrose, NY Postal Code: 10548-1454 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Lowest Priced Technically Acceptable. Quotes will be evaluated based upon the ability to meet the above exact specifications, delivery time and proof of Sports Arts distribution authorization. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items Jan 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Jan 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required. **Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions**.   The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items Jan 2017 End of addendum to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2017 VAAR 852.211-70 Service Data Manuals (NOV 1984) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contracting Officer: Aleta.jennette@va.gov. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is an open-market combined synopsis/solicitation for One (1) Sonesta Urodynamic fluoroscopy procedure table as defined herein.    The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 07/25/2018 10 A.M at email address listed above for Contracting Officer. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY Faxed or e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer. Point of Contact Aleta Jennette Phone Number-914-737-4400xt2068 Fax Number-914-788-4878 Email Address-Aleta.jennette@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9437/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9437 36C24218Q9437_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489873&FileName=36C24218Q9437-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489873&FileName=36C24218Q9437-003.docx

 
File Name: 36C24218Q9437 PM_Part813.106_Atcht1_SingleSourceJustification_MPT-SAT.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489874&FileName=36C24218Q9437-004.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489874&FileName=36C24218Q9437-004.doc

 
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: VA Hudson Valley Healthcare System;Montrose Campus;2094 Albany Post Road;Montrose, NY
Zip Code: 10548
 
Record
SN04997969-W 20180720/180718231416-1d3867f352865b67081b52913de1ebe1 (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.