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 -- PHYSICAL THERAPY TABLES HAUSMANN 2-SECTIONAL TABLE

Notice Date
8/27/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture 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
36C26219Q1267
 
Response Due
8/30/2019
 
Archive Date
9/9/2019
 
Point of Contact
Maria.Cruz-Thompson@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for Hausmann 2-Section Table Commercial items. Solicitation number: 36C26219Q1267 1a. DESCRIPTION OF THIS SOLICITATION. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is for the acquisition of Hausmann 2-Section Table, Part No. 081694470 for a VA Hospital/Station. Response to this solicitation is to be received no later than: 11:00 am (PST), Friday, August 30, 2019 Respond by emailing offer to maria.cruz-thompson@va.gov, Response to solicitation 36C26219Q1267. On the subject line, please reference the solicitation no.: 36C26219Q1267. Information relevant to this solicitation: Solicitation number: 36C26219Q1267 NAICS code (North American Industrial Classification system: 337127 Size Standard for this NAICS code: 500 employees PSC/FSC (Product Service Code/Federal Supply Code): 6530 This acquisition is: Set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). Only VA verified SDVOSBs listed in the Vendor Information Pages (VIP) Database at the time of award of contract will be considered. Quotations from Non VIP verified offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. See website for registration: https://www.vip.vetbiz.gov/ The type of award(contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. Delivery method and instructions: FOB Destination, 30 Calendar Days ARO. Contract Period: Delivery date - 30 Calendar Days ARO. 1b. DESCRIPTION OF SUPPLIES BEING SOLICITED for solicitation 36C26219Q1267 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Hausmann 2-Section Table. Manufacturer Part No.: 081694470. Shipping shall be included with this price. 11.00 EA $______________ $_____________ GRAND TOTAL $_______________ DELIVERY DELIVERY DATE SHIP TO: Department of Veteran Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Boulevard Attn: Warehouse, Bldg. 297 Los Angeles, CA 92161 30 calendar days ARO 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) 3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Past performance IAW 9.104-3(b). All contractors shall submit a dealer or distributor authorization letter on Manufacturer s letter head of the item(s) above. Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. Addendum to FAR 52.212-3 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70   Commercial advertising (Jan 2008) 852.211-70 Service Data Manuals (Nov 1984) 852.211-73   Brand name or equal (Jan 2008) 852.219-10   VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.232-72   Electronic submission of payment requests (NOV 2012) Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ** End Solicitation ** 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/LBVANBC/VAMD/36C26219Q1267/listing.html)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Boulevard;Attn: Warehouse, Bldg. 297;Los Angeles,CA
Zip Code: 90073
Country: USA
 
Record
SN05420221-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.