Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2019 FBO #6488
SOLICITATION NOTICE

65 -- Auto locking anesthesia cart

Notice Date
8/27/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Rd;Honolulu HI 96819-1522
 
ZIP Code
96819-1522
 
Solicitation Number
36C26119Q1105
 
Response Due
9/3/2019
 
Archive Date
11/2/2019
 
Point of Contact
Email: Moneque.Rodriguez@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q1105 Posted Date: August 27, 2019 Original Response Date: September 03, 2019, 3PM EST Current Response Date: September 03, 2019, 3PM EST Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Small Business NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs Network Contracting Office 21 3375 Koapaka Street, Suite F250 Honolulu, HI 96819 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019 05 effective 08/13/2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees. The San Francisco VA Medical Center at 4150 Clement St. San Francisco, CA 94121 is seeking to purchase 15 customized auto-Locking carts. All interested companies shall provide a quotation for the attached schedule. Please see attached schedule. Salient Characteristics: Must be one piece wrap around aluminum construction as well as double sidewall construction for added strength Must have six drawers Must be able to be programmed to lock at a pre-determined time Must have an auto lock timer can be set from 1 minute to 998 minutes or shut off Must have a key override Overall Dimensions: 46.05 H x 25.20 D x 34.45 W (includes bumper, handles and casters) ±2 Shall have non-marring PVC bumper Shall have soft-grip twin push handles designed to be handled with or without gloves. Shall have casters: swivel caster (1); locking casters (2) and tracking caster (1). Shall have powder coat paint inside and out Must have no taller than 30 total drawer height Drawer Heights: 3 H (4), 6 H (1), 12 H (1) The delivery/task order period of performance is Upon Delivery and Acceptance. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery Terms FOB destination. The contractor shall deliver line item 001 to The San Francisco VA Medical Center at 4150 Clement St. San Francisco, CA 94121. Place of Performance Address: 4150 Clement St San Francisco, CA Postal Code: 94121 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor, meeting or exceeding the requirement, (2) price. 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 (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018). Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019). The following subparagraphs of FAR 52.212 5 are applicable: Subparagraph (b)(4) 52.204 10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). Subparagraph (b)(8) 52.209 6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). Subparagraph (b)(22) 52.219 28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). Subparagraph (b)(25) 52.222 3, Convict Labor (June 2003) (E.O. 11755). Subparagraph (b)(26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). Subparagraph (b)(27) 52.222 21, Prohibition of Segregated Facilities (APR 2015). Subparagraph (b)(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). Subparagraph (b)(33)(i) 52.222 50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). Subparagraph (b)(42) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) Subparagraph (b)(55) 52.232 33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). The following FAR/VAAR clauses apply to this solicitation: FAR 52.247 34 FOB Destination (Nov 1991) FAR 52.211 6 Brand Name or Equal (August 1999) VAAR852.203 70 Commercial Advertising (JAN 2008) VAAR 852.219 10 VA NOTICE OF TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE (JUL 2016)(DEVIATION) VAAR 852.232 72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246 71 Rejected Goods (OCT 2018) VAAR 852.247 73 Packing for Domestic Shipment (OCT 2018) VAAR 852.273 70 Late Offers (JAN 2003) 852.246 70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of at least 1 year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.(End of Clause) This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. All quoters shall submit the following: 1 copy of the quotation. Quotes shall include the name of company, business title, email address and phone number, GSA/SEWP/FSS Contract Number (to include expiration date), Duns Number, and Small Business Status. All vendors must be properly registered in the System Award Management database (SAM) and Vetbiz.gov. All quotations shall be e mailed directly to Moneque Rodriguez at moneque.rodriguez@va.gov, the sole designated E mail address and inbox for receipt of E mail submissions. No other electronic means of submission, used in whole or in combination with E mail, is permitted. No other method of submission is acceptable. This is an open market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes 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." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 03, 2019, 3PM EST at moneque.rodriguez@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212 1(f). Only e mail quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e mail to the contract specialist, Moneque Rodriguez at Moneque.Rodriguez@va.gov. Point of Contact Moneque Rodriguez Contract Specialist, Supply Team Department of Veterans Affairs Network Contracting Office 21 3375 Koapaka Street, Suite F250 Honolulu, HI 96819 Email: Moneque.Rodriguez@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-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/HoVAMROC/DVAMROC/36C26119Q1105/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;San Francisco VA Medical Center;4150 Clement St.;San Francisco, CA
Zip Code: 94121
Country: United States
 
Record
SN05420213-F 20190829/190827230041 (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.