Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

65 -- IonicRF Generator

Notice Date
7/1/2024 7:09:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25724Q0771
 
Response Due
7/9/2024 1:00:00 PM
 
Archive Date
07/21/2024
 
Point of Contact
Vance Farrell, Contract Specialist, Phone: 2106946379
 
E-Mail Address
vance.farrell@va.gov
(vance.farrell@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation number 36C25724Q0771 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. (iv) This solicitation is issued as a total Service-Disabled Veteran-Owned Small Business set-aside, with the associated NAICS code of 334510, which has a small business size standard of 1,250 personnel. (v) Requested items: 0001 IonicRF Generator, Item No.: RFG-IONIC, MFR: Abbott Laboratories, QTY: 1, 0002 Roll Stand, Item No.: RD-0856, MFR: Abbott Laboratories, QTY: 1, 0003 Pole Mount, Item No.: RF-POLE, MFR: Abbott Laboratories, QTY: 1. (vi) This requirement is for providing the items to the South Texas Veterans Health Care System (STVHCS), San Antonio, TX. (vii) Requested Delivery: 30 Days ARO, FOB to 7400 Merton Minter, San Antonio, TX 78229-4404. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. This solicitation requires submission of information, other than price; see item xiii below for the additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. The evaluation factor for the solicitation is Price. Offers will be evaluated for the lowest price. (x) Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses within FAR 52.212-5 applicable to the solicitation include: 52.203-17, Contractor Employee Whistleblower Rights, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-27, Prohibition on a ByteDance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, 52.209-6, Protecting the government s interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-28, Post-Award Small Business Program Representation, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-50, Combating Trafficking in Persons, 52.223-23, Sustainable Products and Services, 52.225-1, Buy American-Supplies, 52.225-13, Restrictions on Certain Foreign Purchases, 52.226-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.229-12, Tax on Certain Foreign Procurements, and 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. Additional clauses applicable to this procurement include: 52.204-13, System for Award Management Maintenance, 52.204-18, Commercial and Government Entity Code Maintenance, 852.203.70, Commercial Advertising, 852.211-70, Equipment Operation and Maintenance Manuals, 852.219-76, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business, 852.232-72, Electronic Submission of Payment Requests, 852.242-71, Administrative Contracting Officer, 852.247-73, Packing for Domestic Shipment, and 852.246-71, Rejected Goods. (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The offeror must have completed the provision on-line at the System for Award Management (SAM) prior to providing an offer. This solicitation includes FAR provision 52.211-6, Brand Name, or Equal. Offerors are encouraged to provide descriptive literature if offering alternate or equal items. This solicitation includes FAR provision 52.225-2, Buy American Certificate. The offeror is to complete the certificate and return a copy with their offer. Negative responses are a required submission. Offerors are to provide pricing with their offer. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 9 July 2024, 3:00 PM CST. Offers must be submitted by email to Vance Farrell at vance.farrell@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 12MB in size. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the proposal content in multiple emails. (xvi) Questions regarding information in the solicitation must be submitted in writing to the solicitation Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. It is requested that all questions be submitted no later than 3 July 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9587f1aed6af4341b4ce940f9141afee/view)
 
Place of Performance
Address: Department of Veterans Affairs South Texas Veterans Health Care System 7400 Merton Minter, San Antonio 78229-4404
Zip Code: 78229-4404
 
Record
SN07114128-F 20240703/240701230112 (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.