COMBINED SYNOPSIS/SOLICITATION
DATE: 10 Sep 2014
PRODUCT: Lowest Price Technically Acceptable
FACILITY: Cincinnati VAMC/Ft Thomas
AGENCY: Department of Veterans Affairs
THIS IS A COMBINED SYNOPSIS AND SOLICITATION ANNOUNCEMENT. THE PURPOSE OF THIS ANNOUNCEMENT IS TO OBTAIN OFFERS FOR CRYOSURGICAL UNIT. RESPONSES TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE EVALUATION AND AWARD DECISIONS. SEE SF1449 FOR DETAILED SOLICITATION INFORMATION.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-14-Q-0800 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a small business set-aside and the associated NAICS code is 451110 and small business size standard is $15 million. The requirement is for a transformer replacement. See attached SF1449 for description and requirements. Delivery location is Ft Thomas Nursing Home, Ft Thomas KY and shall be FOB destination. Delivery and installation required along with removal of old items.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. In addition to filling out the price schedule, offers should provide three points of contacts, to include contact information, from three past jobs similar in size and scope. Offers should also include best expected delivery date.
The following VAAR Clauses apply
852.203-70 Commercial Advertising
852.211-70 Service Data Manuals
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee
852.246-71 Inspection
STATEMENT REGARDING RESPONSE ACTION
Quotes are to be e-mailed to the following Government Point of Contact:
Jonathan D. Charles
Contract Specialist
Network Contracting Office (NCO) 10, Supply Team
420 North James Road
Columbus, Ohio 43219-1834
Telephone: 614.388.7031
Facsimile: 614.388.7500
Email:
[email protected]
Bid Protests Not Available