COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25018Q9382
Posted Date:
08-15-2018
Original Response Date:
08-20-2018
Current Response Date:
08-20-2018
Product or Service Code:
6515: Medical and Surgical Instruments, Equipment and Supplies
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
339112: Surgical and Medical Instrument Manufacturing
Contracting Office Address
Network Contracting Office (NCO) 10, 2780 Airport Dr., Suite 340, Columbus OH 43219
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 06/15/2018.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 employees.
The Chalmers P. Wylie Ambulatory Care Center, 420 N James Rd, Columbus OH 43219 is seeking to purchase 3 Automatic Leak Testers and 3 Pro Wall Mount Holders
All interested companies shall provide quotes for the following:
Line Item
Description
Quantity
Unit Price
Total Price
1
SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING
3
EA
2
MAJ - 2020 ALT PRO WALL MOUNT HOLDER
LOCAL STOCK NUMBER: MAJ-2020
3
EA
Delivery terms shall be FOB Destination, to Chalmers P. Wylie Ambulatory Care Center.
Place of Performance
Address:
Chalmers P. Wylie Ambulatory Care Center
420 North James Rd
Columbus Oh
Postal Code:
43219
Country:
UNITED STATES
Award shall be made to the vendor whose quotation is the lowest price technically acceptable.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017]
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following FAR clauses and provision apply to this acquisition:
52.212-4, Contract Terms and Conditions- Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 are applicable)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
The following VAAR Clauses apply:
852.203-70, Commercial Advertising
852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.232-72, Electronic Submission of Payment Requests
852.246-70, Guarantee (at least one year)
852.246-71, Inspection
52.212-2, Evaluation-Commercial Items is incorporated into this solicitation.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
Set-Aside Requirement: Only verified SDVOSB vendors are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award.
New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror s responsibility to ensure the quote is received.
If an equal item is offered, the offeror must submit descriptive literature that conclusively establishes product equivalency and technical acceptability and compatibility at time of quote submission. IF THE OFFEROR IS NOT THE MANUFACTURER OF THE QUOTED ITEMS, THE OFFEROR SHALL SUBMIT WRITTEN EVIDENCE AT THE TIME OF QUOTE SUBMISSION THAT CLEARLY VERIFIES THEY ARE AN AUTHORIZED DISTRIBUTOR AND/OR RESELLER OF THE QUOTED PRODUCTS and will provide the items on or before the specified delivery date.
EVALUATION CRITERIA/SUBMISSION OF OFFER:
Evaluation: This is a competitive RFQ under the authority of FAR 13, Simplified Acquisition Procedures. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible Contractor whose quote conforms to the requirements within this solicitation and will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes:
Technical (capability of quote to meet the Government s needs)
Price
Delivery/Installation Availability
RESPONSES ARE DUE: AUG 20, 2018, at NOON EST. Quotes will only be accepted electronically via email to percy.johnson2@va.gov. Enter RFQ 36C25018Q9382 OLYMPUS LEAK TESTER SPS in the email subject line.
Percy Johnosn
614-257-5534
percy.johnson2@va.gov
Contracting Officer