The RFP Database
New business relationships start here

Advanced Anoxomat (Microprocessor)


South Carolina, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

VA247-17-Q-0670
Page 1 of
Page 1 of 8
Page 1 of
Solicitation Number: VA247-17-Q-0670

Notice Type: Combined Synopsis/Solicitation

Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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.

(i) Solicitation number VA247-17-Q-0670 is issued is issued as a Request for Quotation (RFQ).

(ii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-94, effective December 20, 2016.B Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR).

(iii) This solicitation is issued as a 100% set aside for Service Disable Veteran Owned Small Business and only qualified offerors may submit bids. The North American Industry Classification System (NAICS) code is 339112 (Surgical and Medical Instrument Manufacturing), size standard is 1,000 employees.

(iv) The government intends to award firm-fixed price contract to procure the following:

PRICE/COST SCHEDULE-ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Advanced Anoxomat Model 1J-JG-110V, Anoxomat Microprocessor with 1 jar and gas connection.
LOCAL STOCK NUMBER: 1J-1G-110V

1.00
EA
__________________
__________________
0002
Anoxomat Jar (qty 12 plates) Jar, Anaerobic 123D X 240H
LOCAL STOCK NUMBER: AJ9023

5.00
EA
__________________
__________________
0003
SERVICE/OPERATOR MANUAL WITH SCHEMATIC

1.00
EA
__________________
__________________




GRAND TOTAL
__________________

DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
0001


1.00 EA
ARO
0002


5.00 EA
ARO
0003


1.00 EA
ARO

Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule. All items shall be delivered to:

Ralph H Johnson VAMC WAREHOUSE
Department of Veterans Affairs
Attn: Albert German
1001 Trident Street
Hanahan, SC 29410


CONTRACT CLAUSES & SOLICITATION PROVISIONS

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) applies to this solicitation. This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) applies to this solicitation and is hereby incorporated by reference, with the same force and effect as if it were given in full text; in addition to the following addenda s to the clause. Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements; VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(Deviation); VAAR 852.232-72 Electronic Submission Of Payment Requests (NOV 2012); VAAR 852.246-70 Guarantee (JAN 2008).

(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) applies to this solicitation. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Clause)
FAR Number
Title
Date
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
852.211-73
BRAND NAME OR EQUAL
JAN 2008

VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) applies to this solicitation. The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

(End of Provision)
FAR Number
Title
Date
852.246-71
INSPECTION
JAN 2008

(End of Addendum to 52.212-4)

52.212-5 CONTRACTS TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JAN 2017) applies to this solicitation. It is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-27, 52.219-28, 52.222-3, 52.222 19, 52.222-21, 52.222 26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-34.

(End of Clause)

52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL (JAN 2017) applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1 List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

The following have been tailored to this procurement and are hereby added via addendum:
1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.

2. Specific Instructions: The response shall consist of two (2) separate parts:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information.

3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 1 and 3. Price and technical acceptability will be considered.

(End of Provision)

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Representation (Deviation) (FEB 2015); 52.209-5 Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation)(MAR 2012).

(End of Provision)

FAR Number
Title
Date
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
JUL 2016
52.211-6
BRAND NAME OR EQUAL
AUG 1999



(End of Addendum to 52.212-1)

52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) applies to this solicitation. FAR provision 52.212-2 Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price (including all options) and other factors considered. The following factors shall be used to evaluate quotes:
(i) Technical acceptability
(ii) Price
(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote (including all options) will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable (LPTA) purchase. Technical acceptability, minimum qualifications, is defined as meeting the following criteria:
(1) Contractor must be able to provide the products described herein;
(2) If the offeror is not the manufacturer of the requisitioned item, documentation must be included at the time offer is made that shows that the offeror is an authorized distributor of the offered; item;
(3) New Equipment ONLY; NO remanufactured or "gray market" items; all items must be covered by the manufacturer's warranty;
(4) Quote MUST be good for 120 calendar days after submission and the offered price should include delivery;
(5) Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov;
(6) Documentation that confirm that that confirms the company is a certified Service Disable
Veteran Owned Business in VetBiz located https://www.vip.vetbiz.gov/.
(d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JAN 2017) applies to this acquisition. All offers shall include a completed copy of the provision at with your offer via the SAM.gov website or a written copy. These pages will not be counted against the 15 page limitation of the submitted offer. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www. HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/"sam HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/".gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Failure to obtain SAM registration will result in submissions not being considered for award.

(End of Provision)
VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JULY 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

(End of Clause)

VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) applies to this solicitation. (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.

(End of Clause)

VAAR 852.246-70 GUARANTEE (JAN 2008) applies to this solicitation. The contractor guarantees the equipment against defective material; workmanship and performance for a period of 5 years, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.

(End of Clause)

[End of Contract Clause & Solicitation Provisions]

(v) OPTIONS: N/A

(vi) DPAS: No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.

(vii NOTICE TO ALL INTERESTED PARTIES: BASIS OF CONTRACT AWARD-this is a competitive action in which award shall be made to the lowest priced, technically acceptable quote.

(viii) SITE VISIT:B N/A

(ix) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than June 26, 2017 @ 2:00pm Eastern Standard Time (EST) to Janica Francis-Hunter, NCO 7, Contracting Officer; e-mail Janica.Francis@va.gov.B The solicitation number must be identified on all submitted questions.B No questions received after this date will be answered.

(x) QUOTES/OFFERS/BIDS: Quotes/Offers/Bids are due on June 29, 2017 at 2:00PM Eastern Standard Time (EST). Only electronic offers will be accepted; submit quotation to Janica Francis-Hunter, Contract Specialist (Janica.Francis@va.gov).B All offers must include the solicitation number VA247-17-Q-0670. B Quotes/Offers/Bids received after this date may not be considered for award.

(xi)B CONTACT INFORMATION:
Primary Point of Contact:
Janica Francis-Hunter, Contracting Officer
Network Contracting Office 7-SAO EAST
Department of Veterans Affairs
325 Folly Road, Ste 300
Charleston, SC 29412
Janica.Francis@va.gov
Phone: 843-789-6448; Fax: 843-789-6406

Janica Francis-Hunter
Contracting Officer (90C)
Ralph H Johnson VAMC
Department of Veterans Affairs
325 Folly Road, Ste 300
Charleston, SC 29412

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP