Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2020 SAM #6930
SOLICITATION NOTICE

65 -- PiillCam Recorder System

Notice Date
11/17/2020 8:01:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0109
 
Response Due
11/23/2020 12:00:00 PM
 
Archive Date
12/08/2020
 
Point of Contact
Thomas.Nicholls@va.gov, Thomas Nicholls, Phone: 843-789-7566
 
E-Mail Address
thomas.nicholls@va.gov
(thomas.nicholls@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Commercial Items General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24921Q0109 Posted Date: November 17, 2020 Original Response Date: Current Response Date: November 21, 2020 at 3:00 p.m. (EST) Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB/VOSB NAICS Code: 339112 Contracting Office Address VISN 07 Network Contracting Office 7 325 Folly Rd Charleston SC 29412 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 quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 EMPLOYEES. The Charleston VA Medical Center is seeking to purchase a PillCam Recorder System This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the Government, Tier 2 offers will then be evaluated. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the Government, then the solicitation will be canceled, and the requirement may or may not be resolicited. All interested companies shall provide Quotations for the following: Item Product Code Product Name Qty Item Price Extended Price 1 FGS-0347 PILLCAM RECORDER DR3 X1 3 1 2 80251 PILLCAM RECORDER 3 YEAR SVC PLAN 1 2 3 80256 PILLCAM RECORDER 3 YR SVC PLAN ADDL RE 2 3 4 FGS-0583 PILLCAM RECORDER DR3 CRADLE KIT 3 4 5 FGS-0612 SOFTWARE PILLCAM V9 US 1 5 6 FGS-0590 PILLCAM SENSOR BELT MS SB 3 6 7 FGS-0499 PILLCAM SB 3-EX CAPSULE 10-PK 1 7 8 FGS-0389 PILLCAM SENSOR ARRAY DR3 3-LEAD 1 8 9 FGS-0585 PILLCAM UGI CAPSULE 1 9 10 FGS-0453 PILLCAM SENSOR SLEEVES 10-PACK 1 10 11 FGS-0668 PillCam® patency capsule 5-pack 1 11 Total Price NO REFURBISHED OR GRAY MATERIAL ALLOWED ALL EQUIPMENT MUST BE COVERED BY THE MANUFACTURERS WARRANTY Award shall be made to the offeror whose quotation offers the best price to the Government. Basis of Award I. BASIS FOR AWARD - Award will be based on a comparative analysis of all offers received. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical, and past performance. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the equipment and services quoted. The Government will compare quotes to one another to select the equipment that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Once the Government determines there is/are a contractor(s) that can provide equipment that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues. 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 [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] 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. 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 [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-28 Post Award Small Business Program Representation [JUL 2013] 52.222-3 Convict Labor [JUN 2003] 52.222-19 Child Labor [OCT 2016] 52.222-21 Prohibition of Segregated Facilities [APR 2015] 52.222-26 Equal Opportunity [SEP 2016] 52.222-35 Equal Opportunity for Veterans [OCT 2015] 52.222-36 Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37 Employment Reports on Veterans [FEB 2016] 52.222-5 Combating Trafficking in Persons [MAR 2015] 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act Alternate [MAY 2014] 52.225-13 Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33 Payment by Electronic Funds Transfer System for Award Management [JUL 2013] 52.225-2 BUY AMERICAN CERTIFICATE (MAY 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of ""domestic end product."" The terms ""commercially available off-the-shelf (COTS) item,"" ""component,"" ""domestic end product,"" ""end product,"" ""foreign end product,"" and ""United States"" are defined in the clause of this solicitation entitled ""Buy American Supplies."" (b) Foreign End Products: Line Item No. Country of Origin (List as necessary) (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Additional Clauses Required: 852.273-74 Award Without Exchanges [JAN 2003] All offerors shall submit the following: One Copy of the Solicitation with Buy American Certificate Completed Offer (pricing) for All Items Listed Brand Name or Equal Description Matching Required Items Include statement below in message, highlighted/circled in this form, etc. This is an open-market combined synopsis/solicitation for products as defined herein.  The government intends to award a Firm-Fixed Priced Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all offers 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:"" Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 3:00 P.M. (EST) November 21, 2020. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contract Specialist listed below no later than the date and time listed. Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24921Q0109 PillCam Recorder System . Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Thomas.Nicholls@va.gov. No phone call shall be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7cb923419ba0428eadf5097aa7d7572e/view)
 
Place of Performance
Address: VAMC 534 Charleston 109 Bee St Charleston, SC 29401-5703
 
Record
SN05855053-F 20201119/201117230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.