Description
This is a combined synopsis/solicitation for BRAND NAME ONLY 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 2020-4 dated 01/15/20.
This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB).
The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 (Electromedical and Electrotherapeutic Apparatus), with a small business size standard of 1250 employees.
The PSC is 6525.
The Northern Arizona VA Health Care System is seeking to purchase BRAND NAME ONLY Site Rite 8 peripherally inserted central catheter (PICC) and Ultrasound Equipment. This equipment will aid with the insertion of PICC lines by Registered Nurses and Respiratory Therapists to ensure safety, reduce costs, minimize delay of care, and meet national standards as defined by Joint Commission and the Infusion Nursing Standards of Practice.
Please see Attachment A (Schedule of Items - CORRECTED) for a comprehensive list of items sought. The vendor must provide authorization to distribute the Site Rite 8 products and confirmation of training and resources provided by the manufacturer including:
Delivery shall be provided no later than 30 days after receipt of order (ARO). FOB Destination.
Place of Performance/Place of Delivery
Address:
500 N. Highway 89
Prescott, AZ
Postal Code:
86313-5001
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:
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:
[Please see Attachment B (Clauses and Provisions) for addenda information pertaining to FAR 52.212-4]
[Please see Attachment B (Clauses and Provisions) for clause information pertaining to FAR 52.212-5]
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM’s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA’s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
All quotes shall be sent to Shannon McNiel @ [email protected].
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors: price, technical acceptance, compliance and verification of authorization.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
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.
Questions pertaining to solicitation shall be received not later 31 January 2020 at 1630. Questions shall be submitted by email to [email protected]. No other means of communication will be accepted.
Submission of your response shall be received not later than 10 February 2020 at 1630. Responses shall be submitted by email to [email protected]. No other means of communication will be accepted.
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
Shannon McNiel
4135 S. Power Road Suite #103
Mesa, AZ 85212
See attached document: 36C25820Q0106 0001.
See attached document: ATTACHMENT A Schedule of Items (CORRECTED).