Combined Synopsis-Solicitation for Commercial Items
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5
Original Date: 10/12/17
Revision 04 Date: 06/10/20
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; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-05.
This solicitation is set aside for a small business.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333244, with a small business size standard of 750. The FSC/PSC is 3610.
The Department of Veterans Affairs; Network Contracting Office (NCO 10), 3140 Governor s Place Blvd., Suite 210, Kettering, Ohio 45409 is seeking to purchase ProJet 3D Printer for use at the Cleveland Medical Center.
All interested companies shall provide quotations for the following:
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
3.00
EA
PROJET 660PRO SYSTEM WITH 12 MONTH WARRANTY
0002
1.00
EA
PROJET 660PRO TRAINING AND INSTALLATION
0003
3.00
EA
PROJET 660PRO SUPER CSK
0004
1.00
EA
3DS COLORBOND LARGE DIPPING KIT
0005
1.00
EA
PROBENCH SYSTEM
0006
1.00
EA
FREIGHT CHARGE
The requested 3D printing system will be essential to the 3D Printing Lab located at VA Northeast Ohio Healthcare System as the next step towards the goal of VANEOHS becoming the hub of a hub and spoke model providing medical model and prosthetic and assistive technology creation services to multiple Medical Centers within VISN 10 and neighboring VISNs within an identified region.
The contractor will provide:
Three (3) CJP 660Pro 3d Printer System to include:
1-year Warranty
Printer licenses
Binders, powders, printheads required for implementation
Downdraft table for post-processing
Two-part infiltrant
4-channel CMYK full-color 3D printing capability
Draft-printing mode
Recyclable unused core material
High resolution and high throughput
Maximum build envelope capacity of 10in x 15in x 8in
Slice thickness of 100 microns
3D Sprint Software
The software included must be able to convert CAD and STL files into tangible models to include:
Ability to receive input files of CAD, VRML, PLY, 3DS, FBX, ZPR
Slice on the fly capability
Handling of multi-shell STL files
Creation of files with multiple material types
Part separation into sub-assemblies
Delivery shall be FOB destination 30 days after receipt of order (ARO).
Place of Performance/Place of Delivery
Department of Veterans Affairs
Cleveland VA Medical Center
10701 East Blvd.
Cleveland, Ohio 44106-1702
Country: United States
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 June 2020
FAR 52.212-3, Offerors Representations and Certifications Commercial Items Feb 2021
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Oct 2018
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
VAAR 852.203-70, Commercial Advertising (May 2020)
VAAR 852.211-70, Service Data Manual (Nov 2018)
VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019)
VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018)
VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018)
VAAR 852.246-71, Rejected Goods (Oct 2018)
FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (June 2020)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6, 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-5, and 52.232-33.
This is a competitive Request for Quotes (RFQ) that will be evaluated and awarded following the procedures in FAR Part 12 and 13 using price and other factors. The Government will issue/award a Firm-Fixed Price Purchase Order to the responsible vendor/contractor/offeror whose quote/offer/proposal best conforms to the requirements within the solicitation and is considered to provide the best value to the Government
An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process.
In addition to providing a quote, please provide literature that can be used to determine if the product meets the requested specifications.
All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award.
Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price.
All quoters shall submit the following: One electronic copy via email to John Tschirhart at
[email protected]
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Responses to this combined synopsis-solicitation shall be e-mailed to John Tschirhart,
[email protected] . Please provide your Dun and Bradstreet number and socio-economic status if you are interested in this contract; additionally, please provide your FSS or VA NAC contract numbers if applicable. Telephone responses will not be accepted. Responses must be received electronically (via email) no later than 5:00 p.m. local time, Friday, May 7, 2021.
Quotes are to be emailed to John Tschirhart at
[email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
John Tschirhart
Contract Specialist
Bid Protests Not Available