Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2023 SAM #7880
SOLICITATION NOTICE

W -- Surgical Navigation and Imaging System Lease

Notice Date
6/23/2023 3:04:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1270
 
Response Due
6/27/2023 1:00:00 PM
 
Archive Date
07/27/2023
 
Point of Contact
Dyne Kim, Contract Specialist, Phone: 562-826-8000
 
E-Mail Address
dyne.kim@va.gov
(dyne.kim@va.gov)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 6 of 6 *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 6 (i) 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; offers are being requested and a written solicitation will not be issued. 1270 (ii) The solicitation number 36C262-23-Q-1270 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2020-09, October 26, 2020. (iv) This solicitation intends to award a contract through full and open competition to a business associated with NAICS Code 339113 with a size standard of 750 Employees. (v) See Performance Work Statement under Salient Characteristics for a list of line item numbers, items, quantities, and units of measure. (vi) The Department of Veterans Affairs (VA) seeks to make a procurement for Surgical Navigation and Imaging System for the VA San Diego Healthcare System. See Salient Characteristics in the Performance Work Statement for a listing of brand name salient characteristics and other requirements. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. (vii) Delivery Requirements: Place of Delivery: LOCATION ADDRESS Department of Veteran Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92162-0002 Period of Performance/Delivery Timeframe: Period of Performance for the Blanket Purchase Agreement (BPA) is as follows for the base and option years: Base year: 07/01/2023 06/30/2024 Option Year 1: 07/01/2024 06/30/2025 Option Year 2: 07/01/2025 06/30/2026 Option Year 3: 07/01/2026 06/30/2027 Option Year 4: 07/01/2027 06/30/2028 Additional Delivery Requirements No additional delivery requirement (see PWS). (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: The following provisions are incorporated into 52.212-1 as an addendum and applies to this solicitation. See solicitation for more details on this Addendum. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) This provision is applicable to the solicitation. (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: Acceptability, Experience, Past Performance, and Price. When combined, factors 1, 2 and 3 are significantly more important than factor 4; therefore, the Government may award to other than the lowest priced Offeror. Evaluation Approach. This procurement will be conducted using FAR Part 12, and FAR Part 13 procedures. The Government will award one 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 evaluation factors are listed below. For the purposes of this evaluation, factors 1, 2, 3, and 4 are listed in descending order of importance. The following factors shall be used to evaluate offers: Factor 1 Acceptability. The CO will use this factor to verify any proposed brand name or equal product meets the Salient Characteristics. Factor 2 Experience. This factor will be used to assess the Offeror s experience providing service for Surgical Navigation and Imaging Systems. Only the offeror s experience will be assessed. An Offeror s proposed subcontractor(s) cannot be used to meet this solicitation requirement. Factor 3 Past Performance. This factor shall be used to assess the Offeror s history of performance on prior related contracts. Only the offeror s past performance will be assessed. An Offeror s proposed subcontractor(s) cannot be used to meet this solicitation requirement. Factor 4 Price. The CO will use this factor to assess the reasonableness of the Offeror s proposed pricing. Evaluation Workflow: Step 1: Contracting Officer (CO) receives quotes in response to RFQ. Then, CO determines quotes responsive or non-responsive. In order to be responsive a quote needs to be submitted timely, include the required format, submit all required documents as stated in Addendum to FAR 52.212-1. Only responsive quotes will proceed to Step 2. Step 2: CO rates complete quotes for Acceptability. Acceptability of proposed supplies shall be established by review of each submitted quotation by the CO or designated evaluator(s) and verification that any brand name or equal product meets the Salient Characteristics. Offers that are not determined as Brand Name or Equal shall result in an unacceptable offer. Unless the offeror clearly indicates that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. See FAR 52.211-6 Brand Name or Equal for additional information. Step 3: The CO initiates the Evaluation of Acceptable quotes for experience providing service for Surgical Navigation and Imaging Systems. When a suitable quote is found, the CO can then provide a rating grade, either Very Good, Satisfactory, Marginal, or Unsatisfactory. Step 4: The CO initiates the Evaluation of Acceptable quotes for Past Performance. When a suitable quote is found, the CO can then provide a rating grade, either Very Good, Satisfactory, Marginal, or Unsatisfactory. The Government may also use any relevant information in its possession or in the public domain. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated unfavorably on past performance. Step 5: Once the CO has provided a rating grade to all acceptable quotes, the CO will select the quotes with the highest ratings. The CO is allowed to exercise subjective assessments in conducting comparisons and in documenting the award decision. Once the quote(s) with the highest rating(s) is/are identified, the CO shall award to the lowest price. Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling, and convincing evidence that items meet all the salient characteristics (see PWS). Offers that include any items that are not determined as technically acceptable shall result in an unacceptable offer. (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 with a minimum of at least sixty days, 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 or ensure SAM.gov is updated with current information. (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) N/A (xiv) N/A (xv) All offeror quotes for this solicitation must be received electronically through email no later than June 27, 2023, 1:00 PM PDT. Ensure to reference solicitation number 36C26223Q1270, Surgical Navigation and Imaging System, 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 no later than June 26, 2023, 1:00 PM PDT. (xvi) Offers shall be sent by email to dyne.kim@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36978cf46e524344b040f26448464353/view)
 
Place of Performance
Address: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161-0002
Zip Code: 92161-0002
 
Record
SN06726270-F 20230625/230623230114 (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.