Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 1, 2001 PSA #2841
SOLICITATIONS

65 -- SERVICE TO REPLACE CAMERA AND IMAGE INTENSIFIER TUBES

Notice Date
April 27, 2001
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-104-01
Response Due
May 11, 2001
Point of Contact
Frank Fullbright, (562) 961-8065
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21. The Government intends to procure replacement parts and installation for the PHILIPS V3000 ANGIO SYSTEM, including a camera and image intensifier tubes. Services shall include all parts and tools for the installation and calibration of this equipment. Delivery of the Camera and Image Intensifier Tubes shall be FOB Destination to the VA Long Beach Healthcare System, 5901East 7th Street, Long Beach, CA 90822. Offeror shall submit a completed copy of representations and certifications at FAR 52.212-3, Offeror Representations and Certification Commercial Items (Feb 2001). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulations (FAR) clauses and provisions also apply to this acquisition: 52.212-1, Instructions to Offerors Commercial (Oct 2000); 52.212-4, Contract Terms and Conditions-Commercial Items (May 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2001); 52.222-26, Equal Opportunity (Feb 1999); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998); 52.222-37, Special Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); 52.232-18, Availability of Funds (Apr 1984); 52.233-2, Service of Protest (Aug 1996); 52.233-3, Protest After Award (Aug 1996); and 52.243-1 Changes -- Fixed-Price (Aug 1997). In addition, incorporated herein by reference are the following VA Acquisition Regulation (VAAR) clauses and provisions: 852.236-75, Guaranty (Apr 1984); 852.233-70, Protest Content (Jun 1987); 852.270-4, Commercial Advertising (Nov 1984); 852.237-70, Contractor Responsibilities (Apr 1984); and 852.270-1, Representatives of Contracting Officers (Apr 1984). Offers are due May 11, 2001, 4:00 p.m. local time. Address offers to: Department of Veterans Affairs, Attn: Frank Fullbright, Network Business Center (NBC), Bldg. 149, 5901 East Seventh Street, Long Beach, CA 90822. POC: Frank Fullbright at (562) 961-8065 for information regarding this solicitation. Solicitation No. RFQ 600-104-01 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (a) Definitions. As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the standard industrial classification code designated. "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121and size standards in this solicitation. "Women-owned small business concern" means a small business concern -- (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) Taxpayer identification number (TIN) (26 U.S.C. 6050M). (1) Taxpayer Identification Number (TIN). [TIN:] ________________________ [ ] TIN has been applied for. [ ] TIN is not required because: ____________________________________. [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.; [ ] Offeror is an agency or instrumentality of a foreign government; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) [ ] Offeror is an agency or instrumentality of a Federal, state, or local government; [ ] Other. [State basis] _________________________________ (2) Corporate status. [ ] Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services; [ ] Other corporate entity; [ ] Not a corporate entity: [ ] Sole proprietorship [ ] Partnership [ ] Hospital or extended care facility described in 26 CFR 501(c)(3) that is exempt from taxation under 26 CFR 501(a). (3) Common parent. [ ] Offeror is not owned or controlled by a common parent: [ ] Name and TIN of common parent: [Name] ______________________________ [TIN] _______________________________ (c) Offerors must complete the following representations when the resulting contract is to be performed inside the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Small disadvantaged business concern. The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) (3) Women-owned small business concern. The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. Note: Complete paragraphs (c)(4) and (c)(5) only if this solicitation is expected to exceed the simplified acquisition threshold. (4) Women-owned business concern. The offeror represents that it [ ] is, [ ] is not, a women-owned business concern. (5) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: [ _____________________ ] (6) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the four designated industry groups (DIGs).) The offeror represents as part of its offer that it [ ] is, [ ] is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or four designated industry groups (DIGs).) Offeror represents as follows: (A) Offerors number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offerors average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): NUMBER OF AVERAGE ANNUAL GROSS EMPLOYEES REVENUES [ ] 50 or fewer [ ] $1 million or less [ ] 51-100 [ ] $1,000,001-$2 million 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) [ ] 101-250 [ ] $2,000,001-$3.5 million [ ] 251-500 [ ] $3,500,001-$5 million [ ] 501-750 [ ] $5,000,001-$10 million [ ] 751-1,000 [ ] $10,000,001-$17 million [ ] Over 1,000 [ ] Over $17 million (7) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either: (A) It [ ] is, [ ] is not certified by the Small Business Administration as a small disadvantaged business concern and is listed, on the date of this representation, on the register of small disadvantaged business concerns maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(7)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture _______________________________________________). (d) Certifications and representations required to implement provisions of Executive Order 11246: (1) Certification of non-segregated facilities. (Applies only if the contract amount is expected to exceed $10,000) -- By submission of this offer, the offeror certifies that it does not and will not maintain or provide for its employees, 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) any facilities that are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or otherwise and that it does not and will not permit its employees to perform their services at any location where segregated facilities are maintained. The offeror agrees that a breach of this certification is a violation of the Equal Opportunity clause in the contract. (2) Previous contracts and compliance. The offeror represents that -- (i) It [ ] has, [ ] has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the clause originally contained in Section 310 of Executive Order 10925, or the clause contained in Section 201 of Executive Order 11114; and (ii) It [ ] has, [ ] has not, filed all required compliance reports. (3) Affirmative Action Compliance. The offeror represents that -- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. (f) Buy American Act -- Trade Agreements -- Balance of Payments Program Certificate. (Applies only if FAR clause 52.225-9, Buy American Act -- Trade Agreement -- Balance of Payments Program, is included in this solicitation.) (1) The offeror hereby certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product (as defined in the clause entitled "Buy American Act -- Trade Agreements -- Balance of Payments Program") and that components of unknown origin have been considered to have been mined, produced, or manufactured outside the United States, a designated country, a North American Free Trade Agreement (NAFTA) country, or a Caribbean Basin country, as defined in section 25.401 of the Federal Acquisition Regulation. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) (2) Excluded End Products: LINE ITEM COUNTRY OF NO. ORIGIN _________ ______________ _________ ______________ _________ ______________ (3) Offers will be evaluated by giving certain preferences to domestic end products, designated country end products, NAFTA country end products, and Caribbean Basin country end products over other end products. In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (f)(2) of this provision, offerors must identify and certify below those excluded end products that are designated or NAFTA country end products, or Caribbean Basin country end products. Products that are not identified and certified below will not be deemed designated country end products, NAFTA country end products, or Caribbean Basin country end products. Offerors must certify by inserting the applicable line item numbers in the following: (i) The offeror certifies that the following supplies qualify as "designated or NAFTA country end products" as those terms are defined in the clause entitled "Buy American Act -- Trade Agreements -- Balance of Payments Program": ____________________ ____________________ ____________________ (Insert line item numbers) (ii) The offeror certifies that the following supplies qualify as "Caribbean Basin country end products" as that term is defined in the clause entitled "Buy American Act -- Trade Agreements -- Balance of Payments Program": ____________________ ____________________ ____________________ (Insert line item numbers) (4) Offers will be evaluated in accordance with FAR Part 25. (g)(1) Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program. (Applies only if FAR clause 52.225-21, Buy American Act 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program, is included in this solicitation.) (i) The offeror certifies that each end product being offered, except those listed in paragraph (g)(1)(ii) of this provision, is a domestic end product (as defined in the clause entitled "Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program," and that components of unknown origin have been considered to have been mined, produced, or manufactured outside the United States. (ii) Excluded End Products: LINE ITEM COUNTRY OF NO. ORIGIN _________ ______________ _________ ______________ _________ ______________ (List as necessary) (iii) Offers will be evaluated by giving certain preferences to domestic end products or NAFTA country end products over other end products. In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (g)(1)(ii) of this provision, offerors must identify and certify below those excluded end products that are NAFTA country end products. Products that are not identified and certified below will not be deemed NAFTA country end products. The offeror certifies that the following supplies qualify as "NAFTA country end products" as that term is defined in the clause entitled "Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program": ____________________ ____________________ ____________________ (Insert line item numbers) (iv) Offers will be evaluated in accordance with Part 25 of the Federal Acquisition Regulation. In addition, if this solicitation is for supplies for use outside the United States, an evaluation factor of 50 percent will be applied to offers of end products that are not domestic or NAFTA country end products. (2) Alternate I. If Alternate I to the clause at 52.225-21is included in this solicitation, substitute the following paragraph (g)(1)(iii) for paragraph (g)(1)(iii) of this provision: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998) (Continued) (g)(1)(iii) Offers will be evaluated by giving certain preferences to domestic end products or Canadian end products over other end products. In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (b) of this provision, offerors must identify and certify below those excluded end products that are Canadian end products. Products that are not identified and certified below will not be deemed Canadian end products. The offeror certifies that the following supplies qualify as "Canadian end products" as that term is defined in the clause entitled "Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program": [___________________ ] (Insert line item numbers) (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12549). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals [ ] are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, and (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and [ ] are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (End of provision)
Record
Loren Data Corp. 20010501/65SOL005.HTM (W-117 SN50K5G2)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |
Created on April 27, 2001 by Loren Data Corp. -- info@ld.com