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, 2019 FBO #6448
SOLICITATION NOTICE

65 -- 521-19-3-8175-0162 T402 Flowmeter Module (VA-19-00060868)

Notice Date
7/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
LYNETTE.LANE2@VA.GOV;Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
 
ZIP Code
35233
 
Solicitation Number
36C24719Q0786
 
Response Due
7/23/2019
 
Archive Date
10/30/2019
 
Point of Contact
LYNETTE.LANE2@VA.GOV
 
Small Business Set-Aside
N/A
 
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 on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is 36C24719Q0785. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-70 effective September 30, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 and Product Service Code (PSC) 6515. This combined/synopsis solicitation is set aside for Service Disabled Veteran Owned Small Businesses SDVOSB S in accordance with VAAR 852.219-10. Only VA verified SDVOSB S in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The Department of Veterans Affairs, Birmingham VA Medical Center Birmingham, AL 35233 has a requirement for the following Supplies: 550AHCT 1 CDI 550 Monitor with Art/HS, Product# 550AHCT 2 EA CDI517 2 Monitor Pole Clamp 7 (CDI) 2 EA CDI519 3 Cable Head Bracket (CDI) 2 EA 540 4 CDI 540 Calibrator 1 EA CDI506 5 Gas Bottle A, CDI 500 1 EA CDI507 6 Gas Bottle B, CDI 500 1 EA CDI 550 Blood Monitoring System Salient Characteristics This is a procurement for Brand Name Only Competition Terumo Item must be new, non-refurbishable Features Optical Fluorescence with the CDI Shunt Sensor Optical Reflectance with the CDI H/S Cuvette Provide continuous monitoring of in-line blood parameters with the standard deviation of the distribution differences: pH, (0.014) pCO2, (2.9) PO2, (5.5) K+, (0.18) temperature, SO2, hematocrit, (1.7) hemoglobin, (0.54) base excess, bicarbonate, oxygen consumption and oxygen delivery 30 days ARO Contract Type: Firm Fixed Price (FFP) Offers for the items described above are due by 4:00 PM CST on JULY 23,2019 to Lynette.Lane2@va.gov and must include solicitation number, FOB destination to the BVAMC, proposed delivery schedule, discount/payment terms, warranty duration, and DUNS number. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product (s) is other than domestic end product(s) as defined in the clause entitled Buy American Act Supplies, the offeror shall so state and shall list the country of origin. FAR 52.212-2 (OCT 2014) Evaluation Commercial Items- The following factors shall be used to evaluate offers: Technical Capability of the item offered to meet the Government requirement Price FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.233-2, 52.203-13, 52.203-17, 52.204-9, 52.228-5, 852.211-73, 852..219-10, 852.237-70, 852.246-70, 852.246-71, 52.211-16, 52.216-1, 52.222-41, 852.270-1, and 852.273-74. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-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/BiVAMC521/BiVAMC521/36C24719Q0786/listing.html)
 
Place of Performance
Zip Code: 35233
 
Record
SN05374273-F 20190720/190718230034 (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.