Federal Bid

Last Updated on 26 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

65--ZEISS OS CIRRUS HD-OCT (Model 5000)

Solicitation ID VA26117Q0949
Posted Date 09 Aug 2017 at 11 PM
Archive Date 26 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 261-Network Contract Office 21 (36c261)
Agency Department Of Veterans Affairs
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation. The solicitation number, VA261-17-Q-0949 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, dated January 19, 2017 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. Interested persons may identify their interest and capability to respond to the requirement or submit a price quotation. The North American Industry Classification System (NAICS) Code for this acquisition is 339112, size standard 1000. 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. In order for a company to be considered a SDVOB or VOSB the company must be listed in https://www.vip.vetbiz.gov/. Unverified SDVOBs or VOSBs are considered non-responsive and price quotations will not be evaluated. The award will be set aside for veteran-owned small businesses if the contracting officer received two or more offers/quotes from verified SDVOSBs or VOSBs at fair and reasonable prices that offer best value to the Government. Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price. NAICS code 339112/1000 employees applies. Please provide price quotation using the attached RFQ. All price quotes received prior to August 16, 2017 will be considered by the Government. Only emailed price quotations received directly from interested persons are acceptable. Contracting Office Address: Department of Veterans Affairs; VISN 21 3801 Miranda Avenue Palo Alto, CA 94304 Primary Point of Contact: Carol Lam [email protected] Phone: 650-493-5000 X65825 Fax: 650-493-2546
Bid Protests Not Available

Similar Past Bids

Canaan Vermont 01 Jul 2019 at 4 PM
Redstone arsenal Alabama 18 Mar 2016 at 10 PM
Redstone arsenal Alabama 21 Aug 2015 at 8 PM
Location Unknown 21 Jul 2017 at 5 PM
Location Unknown 14 May 2019 at 1 PM

Similar Opportunities

White river junction Vermont 09 Sep 2025 at 4 AM (estimated)
New jersey 27 Oct 2025 at 4 AM
Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM