Federal Bid

Last Updated on 21 Oct 2012 at 8 AM
Combined Synopsis/Solicitation
Vancouver Washington

65--CAMINO ADVANCED MONITOR W/ICP WAVEFORM

Solicitation ID VA26012Q1687
Posted Date 19 Sep 2012 at 2 PM
Archive Date 21 Oct 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 260-Network Contract Office 20 (36c260)
Agency Department Of Veterans Affairs
Location Vancouver Washington United states
Solicitation Number: VA260-12-Q-1687 Notice Type: Combined Synopsis/Solicitation Added: September 18, 2012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference/solicitation number is VA260-12-Q-1687 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). North American Industry Classification System (NAICS) code is 339112 (size standards is 500) applies to this solicitation. Line Item 1 - CAMINO ADVANCED MONITOR WITH ICP WAVEFORM THE provision at FAR 52.211-6 Brand Name or Equal applies to this requirement The salient characteristics of product being purchased is: " Continuous recording and display of ICP and CPP values over 12-24 hour period. " High ICP Alarm " Versatile Outputs " Large Screen " Color Display " Digital ICP, ICT and CPP readouts Delivery and acceptance of deliverables will be FOB DESTINATION within 30 days of receipt of order to VA Medical Center, 1601 E. 4th Plain, General Warehouse, Vancouver WA 98661. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1; VAAR 852.219-70, VAAR 852.233-70 Protest Content; VAAR 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; VAAR 852.270-1. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are technical capabilities, past performance and price with technical capabilities and past performance being evaluated as significantly more important than cost considerations. Technical capabilities include the vendor's response to VAAR provision 809.2 and FAR 9.2 provision as to how their products best meet the need of the government. The provision at FAR 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. The clause at FAR 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: FAR 52.203-6 Restrictions On Subcontractor Sales to the Government, FAR 52.219-6 Notice of Total Small Business, FAR 52.219-28 Post Award Small Business Program Representations, FAR 52.222-3 Convict Labor, FAR52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. There are no applicable Numbered Notes that apply. Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Friday September 21, 2012 by 9:00 a.m. Pacific Daylight time. Use electronic mail to submit quotations with a scanned electronic signature to [email protected]. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to [email protected].
Bid Protests Not Available

Similar Past Bids

Camp pendleton California 19 Aug 2015 at 3 PM
Honolulu Hawaii 03 Sep 2011 at 7 PM
San diego California 20 May 2009 at 8 PM
Carrie Kentucky 24 Aug 2017 at 7 PM
Houston Texas 05 Apr 2024 at 7 PM

Similar Opportunities

Denver Colorado 11 Jul 2025 at 8 PM
El paso Texas 31 Dec 2025 at 10 PM
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)