Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

65 -- Functional Electrical Stimulation System - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q9468
 
Archive Date
8/19/2018
 
Point of Contact
Jacqueline Ambala
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 1 Solicitation Number: 36C24618Q9468 Notice Type: Combined Synopsis/Solicitation Synopsis: (I) This is a combined synopsis/solicitation for commercial items in accordance with the procedures in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This is a request for a brand-name only requirement for Functional Electrical Stimulation System for Richmond VAMC, 1201 Broad Rock Blvd, Richmond VA 23249. The manufacturer is Bioness Inc. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ# 36C24618Q9468. (III) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (Effective: 24 January 2018). (IV) This acquisition is for 100% SDVOSB set-aside. The associated NAICS code is 334510 with a size standard of 1,250 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Item # Description Quantity Unit Price LG4-5000 L300 Go System, Right Lower Leg 1ea LG4-5100 L300 Go System, Left Lower Leg 1ea L4P-5100 L300 Go System, Right Thigh Plus 1ea L4P-5001 L300 Go System, Left Thigh Plus 1ea LG4-4000 L300 Go Clinician Kit 1ea LG4-4200 L300 Go Clinician Programmer 2ea LG4-5400 L300 Go, Foot Sensor - Regular 2ea GRAND TOTAL (VI) This requirement is to supply the Richmond VAMC with additional Functional Electrical Stimulation Systems IAW the specifications included in this combo/synopsis. The required items will be utilized to provide comprehensive patient care to expanding patient population at the Richmond VAMC. (VII) Interested vendors must provide all or none of the items identified under part V of this synopsis. All items provided must be new, unused and covered under original equipment manufacturer s (OEM) warranty.   No remanufactured or gray market items will be accepted. Please indicate if offer is open market or under a schedule. Additional Information: (VIII) Place of delivery is Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249. Delivery shall be FOB Destination to Richmond, VA. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan, 2017), applies to this acquisition. (X) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. Offers will be initially reviewed for compliance of 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. Offers shall be ranked according to price. 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. 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 the specifications. 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. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017), with their quote. An offeror shall complete only paragraph (b) of this provision. The offeror shall have completed the Annual Representations and Certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan, 2017), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan, 2018) applies to this acquisition. The following clauses under subparagraph (b) apply: (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (28) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246) (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) (33) (i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (45) 52.225-1, Buy American Act-Supplies (May, 2014) (41 U.S.C. chapter 83) (46) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83) (48) 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). (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) (XIV) 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) 852.232-72 Electronic Submission of Payment Requests (Nov, 2012) 852.246-70 Guarantee (Jan, 2008) 852.246-71 Inspection (Jan, 2008) (XV) Questions concerning this solicitation shall be addressed to Jacqueline Ambala, Contract Specialist, and emailed to Jacqueline.ambala@va.gov. All questions or inquires must be submitted no later than 08:00AM EDT time on July 24, 2018. No phone calls will be accepted. (XVI) Quotes are required to be received in the contracting office no later than 11:00 AM EDT on July 25, 2018. All quotes must be emailed to the attention of Contract Specialist: Jacqueline Ambala email address is Jacqueline.ambala@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9468/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q9468 36C24618Q9468.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496081&FileName=36C24618Q9468-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496081&FileName=36C24618Q9468-000.docx

 
File Name: 36C24618Q9468 Justification_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496082&FileName=36C24618Q9468-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496082&FileName=36C24618Q9468-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05001660-W 20180722/180720231126-a44e0f062d760b27cd7ba443396a62bd (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.