Page 6 of 6
Table of Contents
SECTION B 3
B.1 PRICE/COST SCHEDULE 3
Item Information 3
B.2 FOB POINT: Destination 9
B.3 DELIVERY SCHEDULE 9
SECTION C 9
C.1 INSTRUCTIONS TO OFFERORS 9
C.2 SALIENT CHARACTERISTIC 12
This document 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, proposals are being requested, and a written solicitation will not be issued.
The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer
(1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order:
(a) service-disabled veteran-owned small business (SDVOSB);
(b) veteran-owned small business (VOSB);
(c) all other small business concerns;
(d) other than small business.
(2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made.
The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT August 10th, 2017 will be considered by the Government. The NAICS code is 339112 and the size standard is 500 Employees.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016.
Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you.
VA Northern CA Health Care System
10535 Hospital Way
Mather, CA 95655-4200
requires the following items, Salient characteristics:
SECTION B
B.1 PRICE/COST SCHEDULE
Item Information
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
FibroScan 530 COMPACT Touch Package- with M/XL Probe, Install, Training, and 1 Yr Premium Service FibroScan 530 COMPACT Touch Package with M Probe, XL Probe, Cap Software, Installation, and Training
1.00
EA
____________
___________
0002
FibroScan 530 Compact Roll-stand Extend usage capabilities of FibroScan 530 compact whilst maintaining mobility to fit with your clinic needs.
1.00
EA
____________
___________
0003
Echosens Premium Five Year Unit of Service - Includes Probe Calibrations
1.00
EA
____________
___________
GRAND TOTAL
___________
B.2 FOB POINT: Destination
B.3 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
ALL
VA Northern CA Health Care System
10535 Hospital Way
Mather, CAÃÂ 95655-4200
All Quantities
30 DAYS ARO
SECTION C
C.1 INSTRUCTIONS TO OFFERORS
Only electronic offer will be accepted. Offers are due by 1:00 PM PDT August 10th, 2017.
Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found nonÃÂresponsive to the solicitation and the quote will not be considered.
New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered.
Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested.
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(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 factor shall be used to evaluate offers:
The Government will award to the lowest price, technically acceptable offeror. Brand name or equal.
(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 in the offer, 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)
ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES:
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are
http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively.
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012).
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21 (if SDVOSB/VOSB),22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply.
VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR)
FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015).
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx.
FAR 52.211-6 Brand Name or Equal (August 1999)
C.2 SALIENT CHARACTERISTIC
Brand Name or Equal
Brand Name Item: FibroScan 530 COMPACT Touch Package
Essential/significant physical, functional, or performance characteristics.
Fibroscan 530 Touch with 15 monitor and Win 7 OS w/M+ & XL+ probes
Fibroscan Probes M+ Probe
Transducer Frequency: 3.5 Mhz
Fibroscan Probe XL+ Probe
A more sensitive ultrasound sensor at the frequency of 2.5 Mhz has been designed to enhance deeper signal penetration on patients with obesity.
Advanced electronics for fast and effective examination
Front and rear handles
Automated Probe Selection
Liver Targeting Tool
Pressure Indicator
Purpose It is the first non-invasive device indicated for use as an aid in the clinical management of patients with liver disease.
Applicable model/make/catalog number FBS-502TV2MXL/FIBROSCAN/
Bid Protests Not Available