COMBRINED SYNOPSIS/SOLICIATION VA246-16-0278
PRIME ZOOM STRECHER
(I) 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 for this action. Quotes are being requested, and a written solicitation will not be issued.
(II) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83D.
(IV) Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov).
(V) The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract for Prime Zoom Stretcher for the Hampton VAMC, 100 Emancipation Drive, Hampton, VA 23667.
(VI) The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a business size standard of 1000 employees. This procurement is a small business set aside and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications.
(VII) Questions concerning this solicitation shall be addressed to Marion Garner, Contract Specialist, and emailed to
[email protected]. All questions or inquires must be submitted no later than 5:00 pm Eastern Standard time on 29 December 2015. No phone call will be accepted.
(VIII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 10:00AM. Eastern Standard time on December 30, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to
[email protected].
?
(IX) This combined solicitation/synopsis is for the purchase of the following commercial items:
CLIN DESCRIPTION OF SERVICES QUANITY UNIT UNIT PRICE AMOUNT
0001 PRIME WITH ZOOM
1125-000-030 6 EA
0002 REOVERY CHAIR POSITION
1105-010--302 6 EA
0003 2 STAGE PERMANENT FOLD IV POLE - HEAD RT
1125-035-341 6 EA
0004 5 X 30 ULTRA COMFORT MATRESS
0785-034-333 6 EA
0005 DUAL END SIDE RELEASE
1105-011-160 6 EA
0006 700 LBS WIEGHT CAPACITY
1125-016-003 6 EA
0007 ASSY BASE BUMPERS
1105-003-555 6 EA
0008 SURGERY LABEL
1105-023-006 6 EA
0009 SPEC LABEL NO SCALE OPTION
1125-101-001 6 EA
0010 ASSEMBLY, CORD REEL
1028-146-050 6 EA
0011 NO- SCALE
1070-010-000 6 EA
0012 NO SCALE
1125-010-360 6 EA
0013 30 TRANSFER BOARD
1105-045-310 6 EA
0014 NO PERMANENT FOLD
1105-035-250 6 EA
0015 FOOT END
1105-210-360 6 EA
0016 HEAD END COVER OPTION
1125-010-140 6 EA
0017 DOMESTIC ZOOM LABEL
ENGLISH
1125-010-501 6 EA
0018 PACKAGING UNBOXED
9000-900-900 6 EA
0019 2-YEAR CONTRACT, LABEL, TRAVEL
7777-770-201 6 EA
0020 NO-THREE SIDED CONTROLS HYDRAULIC
0753-105-410 6 EA
0021 EYE SURGERY
1089-000-000 2 EA
0022 CRANK KNEE GATCH LITTER
1089-140-000 2 EA
0023 2 STAGE PERMANENT FOLD IV POLE
1089-080-000 2 EA
0024 3-SIDED BRAKES/STEER CONTROL
1105-003-138 2 EA
0025 4x26 ULTRA COMFORT MATTRESS
1069-026-090 2 EA
0026 3 POSITION SIDERAIL WHITE
1089-021-000 2 EA
0027 WRIST RESTRAINTS
0946-044-000 2 EA
0028 COMMON COMPONENTS
1089-226-000 2 EA
0029 ASSY BASE
1105-003-555 2 EA
00030 NO THREE SIDED CONTROLS HYDRAULIC
0753-105-410 2 EA
0031 ASSY, COLOR COMP STAND HYD CGRY
1105-005-600 2 EA
0032 3 SIDED BASKET CONTROLS
1089-010-200 2 EA
0033 SURGERY LABEL
1105-023-006 2 EA
0034 DUAL ART./PNEU FOWLER, WHITE
1089-132-210 2 EA
0035 3" ULTRA COMFORT
CONCAVE-BLUE
1069-181-000 2 EA
0036 NO PRE/POST OP ASSY
1069-060-015 2 EA
0037 PACKAGING UNBOXED
9000-900-900 2 EA
0038 1 YEAR PARTS, LABOR
7777-770-100 2 EA
The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition
Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/
FAR Provisions:
52.204-7 System for Award Management (JUL 2013)
52.212-1 Instructions to Offerors- Commercial Items (JUL 2013)
1. Offeror shall provide an itemized list of the items
Offeror shall provide a quote addressing CLINS (0001-0015)
52.212-2 Evaluation-Commercial Items (JAN 1999)
The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable.
52.212-3 Certifications and & Representations (NOV 2013)
VAAR Provisions:
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
FAR Clauses:
52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013)
- 52.222-3 Convict Labor (JUN 2003)
- 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012)
- 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
- 52.222-35 Equal Opportunity for Veterans (SEP 2010)
- 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
- 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013)
52.252-2 Clauses incorporated by Reference (FEB 1998)
VAAR Clauses:
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
Bid Protests Not Available