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.
This solicitation 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 2005-95. It is the contractor s responsibility to be familiar with applicable clauses and provisions.
This requirement is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333413 with a small business size standard of 500 employees.
Questions concerning this solicitation shall be addressed to Jamie Sullivan, Contracting Specialist, via email at
[email protected]. No phone calls will be accepted. All quotes are due by 2:00PM EST, Friday, July 28, 2017.
The VHA NCO 06 - Contracting Office requires the following items:
Equipment Required
Item
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
PXUV4D-XCT 1 PULSED XENON UV DISINFECTION ROBOT 1 EA
PXUV4D-XCT-W 2 ONE-YEAR WARRANTY EXTENSIONS 1 EA
DELIVERY: ON OR BEFORE 9/1/2017
The date of delivery shall be no later than 9/1/2017 to Charlotte HCC, 3506 West Tyvola, Charlotte, NC 28208; FOB Destination, Responsibility, and Inspection. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and quality control.
The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition.
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.
Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) Provisions and Clauses
The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition
Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at:
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
CLAUSES
52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017)
Addendum to FAR 52.212-4
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
* 852.246-70 Guarantee (JAN 2008)
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)
PROVISIONS
52.212-1 Instructions to Offerors-Commercial Items (JAN 2017)
1. Offeror shall provide an itemized list of the items
2. Offeror shall provide a quote addressing each item listed
Addendum to FAR 52.212-1
52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (FEB 2015)
52.204-22 Alternative Line Item Proposal
52.214-21 Descriptive Literature (APR 2002)
(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 (JAN 2017)
Bid Protests Not Available