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; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
Solicitation VA246-17-Q-1675 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. Written documentation will not be issued for this quote.
The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-94 and 2005-95 (eff 1/20/17) Rev 3 (7/21/2017). It is the contractor s responsibility to be familiar with applicable clauses and provisions.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees.
This requirement is a 100% SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) set-aside and only qualified offerors may submit bids. SDVOSB status must be verified on VIP (Vendor Information Pages - https://www.vip.vetbiz.gov/).
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.
Questions concerning this solicitation shall be addressed to Benetta Northern, Contracting Specialist, via email at
[email protected]. All questions or inquires must be submitted no later than 12N Eastern Standard time on August 2, 2017 @ 5pm. No phone calls will be accepted.
Responses are due NLT August 4, 2017 @12Noon addressed to Benetta Northern, Contracting Specialist, via email at
[email protected]. VA246-17-Q-1675 is to be inserted into the Subject line. This is to avoid the solicitation responses being lost.
Equipment Required
CLIN
DESCRIPTION
QTY
UNIT
UNIT PRICE
EXT PRICE
0001
RFG3: RADIO FREQUENCY GENERATOR WITH 6 YEAR WARRANTY AND IN SERVICE
BRAND NAME OR EQUAL
Bidding on:
Manufacturer name: ___________
Brand:_______________________
Part No.:_____________________
1
EA
$
$
0002
HK PUMP: TRANSFILTRATION PUMP
BRAND NAME OR EQUAL
Bidding on:
Manufacturer name: ___________
Brand:_______________________
Part No.:_____________________
1
EA
$
$
0003
CF7-7-60: CLOSURE FAST CATHETER
BRAND NAME OR EQUAL
Bidding on:
Manufacturer name: ___________
Brand:_______________________
Part No.:_____________________
1
EA
$
$
TOTAL
The date of delivery shall be on or before 8/31/2017 to Salisbury VAMC, Salisbury, NC 28144; FOB Destination. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and quality control.
The Government will award a firm fixed-priced contract to the responsible offeror who is the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations.
The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition
Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at:
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
FAR Clauses:
52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017)
Addendum to 52.212-4
52.232-40 Accelerate Payments to Small Business Subcontractors (DEC 2013)
VAAR Clauses:
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(JUL 2016)
011AL-11-15-A2 Limitations on Subcontracting Monitoring and Compliance (JUN 2011)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.246-71 Inspection (JAN 2008)
End of Addendum to 52.212-4
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders Commercial Items (Jan 2017)
FAR Provisions:
52.212-1 Instructions to Offerors- Commercial Items (Oct 2016)
1. Offeror shall provide an itemized list of the items
2. Offeror shall provide a quote addressing each item listed
Addendum to 52.212-1
52.203-98 Prohibition from Contracting With Entities That Require Certain (FEB 2015)
52.204-22 Alternative Line Item Proposal
52.211-6 Brand name or equal (AUG 1999)
852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors
(JUL 2016)
End of Addendum to 52.212-1
52.212-2 Evaluation-Commercial Items (OCT 2014)
The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations.
52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2016)
Bid Protests Not Available