Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
SOLICITATION NOTICE

65 -- GI and PUL Medical Scopes and Related Services Blanket Purchase Agreement for VISN 22 West

Notice Date
8/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q1067
 
Response Due
8/29/2019
 
Archive Date
10/28/2019
 
Point of Contact
(562) 766-2215
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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) The solicitation number 36C26219Q1067 is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2005-95, January 19, 2017. (iv) This solicitation is intended to award a contract through full and open competition to a business associated with NAICS North American Industrial Classification System Code 334510 and is subject to the nonmanufacturer rule (See FAR 19.001 and 13 CFR § 121.406). While a waiver is present for this category, offerors must still provide evidence that they can provide 51% of the services related to this procurement in order to be considered a small business entity. (v) The US Government, Veterans Affairs (VA), Veterans Integrated Services Networks (VISN) 22 Network Contracting Office, seeks to make a VISN-wide Blanket Purchase Agreement for Medical Scopes Leases/Purchases with Service Agreements for VISN 22. (See Attachment B for specific locations). (vi) Offeror quotes must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal. The Brand Name is Olympus. All interested companies shall provide quotations for the following requirements outlined in Attachments A and B. (vii) Delivery shall occur as stated within Attachment B (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. All offeror quotes for this solicitation must be received electronically through email to David Chakka at david.chakka@va.gov no later than Thursday, August 29th, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q1067 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email to David Chakka at david.chakka@va.gov no later than Tuesday, Aug 20th, 2019, 1:00 PM PST. For alternative support contact Won Chae at Won.Chae@va.gov or Daniel Ruiz at Daniel.Ruiz@va.gov. Ensure to reference solicitation number 36C26219Q1067 within subject line of the email. Offerors shall submit the following via email: Offerors shall fill out all tabs of Attachment A conforming to requirements stated in Section 2 of Attachment B. Offerors shall fill out all green boxes with responses confirming their capability to meet requirements set forth in Attachment B Statement of Work and Salient Characteristics Offerors shall submit the following: Completed Attachment A In addition to Attachment A, if the green box in section 2.1 of Attachment B is not completed, offeror shall provide an alternative catalog with identified discounts as per section 2.1 For all offerors, Tab 1 must be fully completed. For Tabs 2-3, offerors must complete J-L. For offerors with equal to products, offerors must fill out columns and E and F as well for Tabs 2-3. In addition to Attachment A, offeror shall provide a list of acceptable trade in items with pricing/credits Completed Attachment B Throughout the attachment, there are several fill-ins and check-boxes that must be completed. The solicitation has been designed to be completed entirely through electronic means. To fill out all required information, use the Tab key on your computer keyboard. This will jump the Offeror to the next field that needs a response. Do not use the Enter key as that will not take the Offeror to the next field and only changes the spacing of the formatting. It is recommended that the entire solicitation be read completely prior to filling out the solicitation. Signed copies of any solicitation amendments Small Business Subcontracting Plan Three (3) past performance references utilizing attachment D to be evaluated for past performance Any additional documentation related to Attachment B not expressly stated above If additional documentation is provided, all documentation must be referenced within the green boxes within Attachment B to ensure all information is considered appropriately for meeting salient characteristics or other requirements. Offerors may propose additional terms and conditions customary in the industry regarding equipment leases and service agreements as a separate attachment. Consideration will be given to all additional terms and conditions so long as they do not conflict with terms and conditions of this solicitation or statement of work. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price for items that meet all salient characteristics and requirements stated within Attachment B. The offeror must also have acceptable past performance which will be rated on a pass/fail basis. In addition, the contractor must have a subcontracting plan in compliance 52.219-8, 52.219-9, 852.219-9 with either a total combined percentage of 22.5 Small Business participation or meet the requirements stated below. SDVOSB: 5%; VOSB: 7%; HUBZONE 3%; SDB: 5%; WOSB: 5% Acceptability of equipment/services shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics (see Attachment A and B). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) The following clauses also apply: 52.211-6 -- Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. In addition the following clauses shall also apply: 52.207-5 Option to Purchase Equipment Feb 1995 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Aug 2013 52.217-8 Option to Extend Services Nov 1999 52.219-8 Utilization of Small Business Concerns (DEVIATIONS 2018-O0018, and 2019-O0005) Oct 2018 52.219-9 Small Business Subcontracting Plan Aug 2018 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by electronic funds transfer system for award management Jul 2013 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 52.252-2 Clauses incorporated by reference Feb 1998 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2012 852.237-70 Contractor responsibilities Apr 1984 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements July 2016 (xiv) N/A The full text of a clause may be accessed electronically at the following: http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following provisions shall also apply: 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Oct 2016 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.233-2 Service of Protest Sept 2006 852.233-70 Protest Content/Alternative Dispute Resolution Oct 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008 (xv) All offeror quotes for this solicitation must be received electronically through email to David Chakka at david.chakka@va.gov no later than Thursday, August 29th, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q1067 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. (xvi) Any questions regarding this solicitation must be received electronically through email to David Chakka at david.chakka@va.gov no later than Tuesday, Aug 20th, 2019, 1:00 PM PST. For alternative support contact Won Chae at Won.Chae@va.gov or Daniel Ruiz at Daniel.Ruiz@va.gov. Ensure to reference solicitation number 36C26219Q1067 within subject line of the email. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-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/LBVANBC/VAMD/36C26219Q1067/listing.html)
 
Place of Performance
Address: See Attachment B
Zip Code: 90822
Country: United States of America
 
Record
SN05401861-F 20190814/190812230035 (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.