Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

65 -- Brand Name or Equal: Da Vinci Robot Containers - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24219Q1187
 
Response Due
9/16/2019
 
Archive Date
9/18/2019
 
Point of Contact
Wilmen Joa
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24219Q1187 Posted Date: 09/10/2019 Original Response Date: 09/16/2019 Current Response Date: 09/16/2019 Product or Service Code: 6515 Set Aside: Total Small Business Set-Aside NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs Manhattan Campus, 423 E 23rd Street, New York, NY 10010. 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; are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a business size standard of 1,000 employees. This procurement is being issued as unrestricted Total Small Business Set-Aside competition. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339112, Medical and Surgical Instruments Equipment, and Supplies, with a business size standard of 1000 employees. This is for an unrestricted Total Small Business Set-Aside competition for Brand Name or Equal requirement. All interested companies shall provide quotation(s), for the following: VA Department of Veterans Affairs, Manhattan Campus, 423 E 23rd Street, New York, NY 10010, is seeking to purchase a Brand Name or Equal requirement of Da Vinci Robot Containers and Accessories. Supplies Da Vinci Robot Containers and Accessories Item Description QTY EXTRA LONG CONTAINER PERF BOTTOM 187MM 3 X-LONG LID W/RETENTION PLATE SILVER 3 DA VINCI SP ENDOWRIST RACK 3 FULL-SIZE INSTRUMENT PAD 3 EXTRA LONG CONTAINER PERF BOTTOM 187MM 4 X-LONG LID W/RETENTION PLATE SILVER 4 DA VINCI SP CAMERA RACK 4 *** VENDOR COVER SHIPPING / FREIGHT FEE *** Services Items to be delivered. The delivery/task order period of performance is 10-01-2019 to 12-31-2019. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms Destination. The contractor shall deliver all line items to VA Department of Veterans Affairs, Manhattan Campus, 423 E 23rd Street, New York, NY 10010. Place of Performance-Delivery Manhattan Campus VAMC Address: 423 E 23rd Street, New York, NY Postal Code: 10010 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name or Equivalent Da Vinci Robot Containers and Accessories. Non-manufacture ruling is adhered to and followed in this requirement. 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: 52.212-1, Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.211-70 Service Data Manuals (NOV 1984) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required. **Vendor shall be an OEM, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions**. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contract Specialist: Wilmen.Joa@va.gov. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Brand Name or Equal requirement of Da Vinci Robot Containers and Accessories defined herein.    The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids 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." Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 09/16/2019 11 A.M at email address listed above for Contract Specialist. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Point of Contact Wilmen Joa Email: Wilmen.Joa@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q1187/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q1187 36C24219Q1187.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147206&FileName=36C24219Q1187-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147206&FileName=36C24219Q1187-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Manhattan Campus;423 E 23rd Street;New York, NY
Zip Code: 10010
 
Record
SN05438862-W 20190912/190910231302-46b0f1f39cabb8770a97d5e757ca38f3 (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.