Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

Q -- Equipment - Toms River Project-HFA-3 Field Analyzer

Notice Date
9/21/2023 9:08:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q1205
 
Response Due
9/29/2023 7:00:00 AM
 
Archive Date
10/29/2023
 
Point of Contact
William.Brewington@va.gov, William Brewington, Phone: 651-293-3017
 
E-Mail Address
William.Brewington@va.gov
(William.Brewington@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 Effective date 9-7-2023 and VAAR Update 2008-37(eff. 07/28/2023. This solicitation 36C24223Q1205 is set-aside for Small Business Set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250. The FSC/PSC is 6540. The Network Contracting Office 2 - Albany, 20 Madison Avenue Ext. Albany, NY 12203. is seeking to purchase HFA-3 Field Analyzer All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 1 Automated ophthalmic perimeter. The unit has on screen display for rapid and accurate alignment of patient s automatic pupil size measurement, seven different fixation aids, ergonomic chin rest, several threshold strategies, and high target intensity. The unit must meet the following specifications and have the following operating features 1 EA $39,950.00 $39,950.00 INTRODUCTION The VHA New Jersey Health Care System has a requirement to purchase with an authorized vendor to supply and deliver the item(s) identified in Table 1 below to properly outfit the Optometry section of the new clinic. See salient characteristics below. This is a Brand Name or Equal Requirement. This requirement is in support of the activation of the New Toms River VA Clinic. Carl Zeiss Meditec HFA3 Model 860 is the basis of design. Table 1 Package Item Summary Item # JSN Item Description Part # (basis of design) Quantity 1 M5555 CARL ZEISS MEDITEC USA, INC. | HFA3 MODEL 860 CURRENT VERSION W/ LIQUID TRIAL LENS, RELEYE, KINETIC, GPA, HEAD TRK, GAZE TRK & TABLE 266002-1162-270-10HFA386 1 1.1 Additional Item Requirements The vendor will provide service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA HTM Department. Date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date. GENERAL CONDITIONS 2.1 Site Address The address of the Toms River VA Clinic is provided below. 1051 Hooper Avenue Toms River, NJ 08753 2.2 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Est. Delivery Start Date Est. Delivery End Date Toms River VA Clinic 1 FEB 2024 15 MAR 2024 2.3 Schedule and Order Management 2.3.1 The above delivery schedule is based upon the current construction schedule due to the nature of activation efforts and construction timelines and dates may vary and shift. Delivery dates need to be flexible. The delivery of items for installation is dependent upon the completion of applicable areas within the building. If there is a delay, the Contractor may be required to adjust the delivery date at no cost to the Government. The Contractor will coordinate with the on-site POC s before delivery. 2.3.2 The awardee s actual delivery dates will be confirmed by VA upon award. 2.3.3 Post-award, the vendor will coordinate delivery identified in this document with the VA prior to beginning any work (See Section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the CO, COR, and the vendor. 2.4 Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, contact VA POC, David Stoff at (973) 968-1842, David.Stoff@va.gov; SME-Solutions POC, Heather Arvesen at (619) 504-4869, heather.arvesen@sme-solutions.co, and Robert Stonerook at (706) 304-7194, Robert.stonerook@sme-solutions.co. Toms River VA Clinic (Direct Delivery to address detailed in paragraph 2.1) IOT&A Contractor Provided warehouse: Address TBD 2.4.1 The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. 2.4.2 The delivery of items identified in this document shall take place during normal loading dock business hours which are defined as: 8:00 AM to 3:30 PM Eastern Standard Time, Monday through Friday, and excluding Federal Holidays. 2.4.3 Delivery trucks will not be permitted to remain in the receiving area. Trucks shall be unloaded, moved from the receiving area, and then brought back to the receiving area if required to haul out any waste, tools, or excess materials. 2.4.4 Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. 2.4.5 NOTE:  Due to the COVID19 situation, the vendor must follow VA guidelines when on VA property. Any individuals who need to enter the building for installation &/or training may be required to wear a mask and be screened by the site staff prior to entry.  Please allow time for this in your schedule. 2.5 Clean Up and Disposal 2.5.1 There are no dumpsters available for vendor use. 2.5.2 The removal of waste and/or excess material shall be conducted through the loading dock area. 2.6 Assembly, Installation, and Calibration Required (Yes No ) 2.6.1 The vendor is required to manage and coordinate installation at the Toms River VA Clinic with the COR or his representative IOT&A POC. 2.6.2 On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 8:00 AM to 3:30 PM Eastern Standard Time, Monday through Friday, and excluding Federal Holidays. The proposed installation date will occur after delivery of equipment. The current timeframe of delivery is February 1, 2024 March 15, 2024. 2.6.3 The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. 2.6.4 The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 2.6.5 The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage that occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur because of the vendor s (or associated subcontractors) installation. 2.6.6 During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and the Toms River VA Clinic. The on-site representative can be the installer. All instructions provided by COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. 2.7 Training Required (Yes No ) 2.7.1 The vendor is required to provide live clinical training on set up, operation, shut down, and troubleshooting procedures to nursing staff. 2.7.2 The vendor shall coordinate training dates with the on-site Project Manager. Post-award, these dates will be confirmed with the vendor to meet the clinical schedule. The proposed training date will occur after installation of equipment. 2.8 Confidentiality and Non-Disclosure 2.8.1 This equipment does not connect to a VA network. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist, block 6, the C&A requirements apply to this requirement, and a Security Accreditation Package is not required. 3. SALIENT CHARACTERISTICS 3.1 Perimeter, Automated (JSN: M5555) Total Quantity: 1 Network Required if Checked Manufacturer Certified Installation Required if Checked BMET Training Required if Checked End User Training Required if Checked Basis of Design is the Carl Zeiss Meditec HFA3 Model 860 Brand Name or Equal Requirement Description: Automated ophthalmic perimeter. The unit has on screen display for rapid and accurate alignment of patient s automatic pupil size measurement, seven different fixation aids, ergonomic chin rest, several threshold strategies, and high target intensity. The unit must meet the following specifications and have the following operating features: Salient Characteristics: Shall be approximately 18.11 L x 20.47 W x 22.83 H (inch) Shall be 100-120 VAC, 60 Hz, with a hospital grade plug. Shall have at least 500 GB of internal storage Shall have a Windows 10 operating system. Shall have a touch screen interface. Shall have the following fixation controls or similar (at a minimum): Video eye monitor Heijl-Krakau blind spot monitor Gaze Tracking Head Tracking Vertex Monitoring Shall have the following features or similar (at a minimum): Visual Field Index: Summary measurement of the patient s visual field status, expressed as a percentage of a normal age-adjusted visual field. Liquid Trial Lens: Using Liquid pressure, delivers each patient s refractive correction. Available correction range is -8 to +8 diopters. Spherical correction only. RelEye: The RelEYE fixation monitoring system allows for systematic and pinpoint fixation inspection. The HFA 3 captures and keeps the image of the eye during the testing and just after, prior to the Result Review Screen. Guided Progression Analysis (GPA): GPA allows the doctor to compare visual field status and progression to data collected from glaucoma subjects. GPA provides statistically significant change as well as rate of change and predict future vision quality. SITATM (Swedish Interactive Threshold Algorithm): A patented algorithm for fast and accurate visual field threshold measurements; it is the most used test strategy and incorporates patient responses in real time. SITA database: The SITA normative database contains normative data for SITA Standard and SITA Fast 30-2, 24-2 and 10-2 threshold visual field test results from healthy subjects aged 17 to 89. SITA-SWAP/ Blue Yellow Perimetry: Replaces the Full Threshold and FastPac strategies for testing SWAP visual fields due to the much shorter test times available when utilizing SITA SWAP STATPAC: It is a software package using normative values and patient da to perform statistically analysis to help interpret test data. STATPAC is the software, normative data and statistical analysis in HFA. Kinetic Testing: In kinetic testing, light stimulus of fixed characteristics is moved into the visual field from a non-seeing area, until it is detected by the patient. Typically, the stimulus is brought toward the center from several directions and the operator marks the location at which the patient first detects the stimulus (threshold point). The HFA 3 provides a kinetic graphical interface with full 180º testing range. Glaucoma Hemifield Test (GHT): Compares points in the superior and inferior hemifield to provide analysis of test results. On 24-2 and 30-2 tests, the GHT evaluates five zones in the superior field and compares these zones to their mirrored zones in the inferior field. The GHT evaluates the severity of disturbed points in each zone pair, relative to its normal database. FORUM Glaucoma Workplace: Allows to review quantitative and qualitative information from all standard HFA analyses; change baseline and capture, track and measure progression. Must include installation and training. Delivery shall be provided no later than 30 days after receipt of order (ARO). FOB destination See Section 2.4 Delivery and Receiving. Place of Performance/Place of Delivery Address: Toms River VA Clinic, 1051 Hooper Avenue Toms River, NJ Postal Code: 08753 Country: UNITED STATES 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 Products and Commercial Services ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show            (1) The solicitation number.            (2) The time specified in the solicitation for receipt of quotations.            (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.            (5) Terms of any express warranty.            (6) Price and any discount terms.            (7) ""Remit to"" address, if different than mailing address. (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);            (9) Acknowledgment Request for Quotation amendments. (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart  4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.       (1) Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:                 (i) ASSIST ( https://assist.dla.mil/online/start/).                 (ii) Quick Search ( http://quicksearch.dla.mil/).            (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) The following provision are incorporated FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023). ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: This will LPTA source selection. Award may be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services www.sam.gov registration is required to be complete at time of submission of response. 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 Products and Commercial Services. 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 Products and Commercial Services DEC 2022. The following clauses are incorporated into Addendum to FAR 52.212-4. 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) VAAR Clauses 852.203-70 Commercial Advertising (MAY 2018) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.211-72 Technical Industry Standards (NOV 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.247-71 Delivery Location (OCT 2018) 852.247-72 Marking Deliverables (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services SEP2023 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) Indicate which FAR clauses listed in FAR 52.212-5 will be applicable: 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) 52.219-28, Post Award Small Business Program Rerepresentation (Sep 2023)   52.219-33, Nonmanufacturer Rule (Sep 2021) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2023) 52.219-33, Nonmanufacturer Rule (SEP 2021) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022) 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 (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American--Supplies (OCT 2022) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (DEC 2022) 52.225-5, Trade Agreements (DEC 2022) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) All quoters shall submit the following: This is a Brand Name or Equal Requirement. This requirement is in support of the activation of the New Toms River VA Clinic. Carl Zeiss Meditec HFA3 Model 860 is the basis of design. All quotes shall be sent to the William Brewington Contract Specialist and the email address is William.Brewington@va.gov. 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), if any. Submission of your response shall be received not later than 10:00 on 9/29/2023 at William.Brewington@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Anthony Murray-Contracting Officer, email: Anthony.murray2@va.gov. phone: (518)626-6138 William Brewington-Contract Specialist, email: William.Brewington@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/612e20a3a01341c3b067d11437524d53/view)
 
Place of Performance
Address: Toms River VA Clinic 1051 Hooper Avenue Toms River, NJ 08753, USA
Zip Code: 08753
Country: USA
 
Record
SN06840550-F 20230923/230921230529 (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.