Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
MODIFICATION

65 -- AVALO CARTS GROVE CITY

Notice Date
3/6/2019
 
Notice Type
Modification
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25019Q0427
 
Response Due
3/8/2019
 
Archive Date
6/6/2019
 
Point of Contact
Gina P. Crank
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 2 of 4 This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, 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. The Government reserves the right to make no award from this solicitation. This is a request for quote (RFQ) and the solicitation number is 36C25019Q0427. The Government anticipates awarding a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2019-01, effective 01/22/2019. The associated NAICS Code is 339113, Surgical Appliance and Supplies Manufacturing; Small Business Size Standard is 750 Employees. This is a 100% set aside for Veteran-Owned Small Business (VOSB). The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from VOSB sources to supply the Chalmers P. Wylie VA Ambulatory Care Center, Columbus, OH with new Medical Carts that include an Auto Relock Locking System. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than Friday, 08 March 2019, by 4:00PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. REQUIREMENTS: This combined synopsis/solicitation is for Brand Name or Equal items listed in the table below: Schedule Item # Manufacturer/Description/Part/Model Number* Qty Unit Unit Price Ext. Price 1 ACS10-AH0DC-D131 ACS CART, AUTO RELOCK SYSTEM WITH NO HANDLES, 10 HIGH. CART TO INCLUDE 1 3 DRAWER, 3 6 DRAWERS, 1 10 DRAWER 22 EA 2 12770 AVALO AC 3 MAIN DRAWER DIVIDER KIT 22 EA 3 12771 AVALO AC 6 /10 MAIN DRAWE DIVIDER KIT 44 EA 4 12527 AVALO AC TOP MAT-ACS 22 EA 5 UG-ACSWS-12544-CM WRTING SURF UPGRADE, ACS, CHAMP METALLIC 22 EA 6 12888 AVALO AC STANDARD HOST SOFTWARE SYSTEM 22 EA 7 6825 MANUAL, HARDCOPY, AC 1 EA 8 6830 MANUAL, CD, AC 1 EA 9 P7048-1 KENDALL SHARPS CASE W/SAMPLE, NO LADDER 22 EA 10 P7049B KENDALL GLOVE BX AND MNT, NO LADDAR 22 EA New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror s responsibility to ensure the quote is received. Page 4 of 4 Delivery Contractor shall deliver all equipment to the Cassady Avenue Warehouse for the Chalmers P. Wylie VA Ambulatory Care Center, 650 N. Cassady Ave., Columbus, OH 43219, no later than 45 Days ARO. FOB Destination. Warehouse contact Reo Murria 614.257.7018 or Mark Baker 614.257.5518. The selected Offeror must comply with the following commercial item terms and conditions. Clauses FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, apply to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.222-55, 52.223-18, 52.225-13, 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70, Commercial Advertising; 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION); 852.232-72, Electronic Submission of Payment Requests; and 852.246-71, Rejected Goods. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. EVALUATION CRITERIA/ SUBMISSION OF OFFER: Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Best Value Determination to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes must be good for 45 calendar days after close of this combined synopsis solicitation. Quotes shall be sent by email only to: gina.crank@va.gov no later than Friday, 08 March 2019, at 4:00PM EST. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by email only to: gina.crank@va.gov no later than Thursday, 07 March 2019, at 2:00PM EST. No late submissions will be accepted. Set-Aside Requirement: Only verified VOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25019Q0427/listing.html)
 
Place of Performance
Address: Chalmers P. Wylie VA Ambulatory Care Center;420 N. James Roasd;Columbus, Ohio;Columbus, Ohio
Zip Code: 43219
Country: USA
 
Record
SN05242008-F 20190308/190306230050 (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.