Combine Solicitation – 65– 667-17-3-132-0366 – Portable audiometer to perform hearing screen – VA256-17-AP-6267
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 65-- 667-17-3-132-0366 - Portable audiometer to perform hearing screen - VA256-17-AP-6267
Classification Code: 65 - Medical, dental & veterinary equipment & supplies
Solicitation Number: VA25617Q0906
Contact: Mari A GibsonContracting Officer 318-466-2236 mailto:[email protected]
Setaside: Total Small BusinessTotal Small Business
Description:
Alexandria VAMC
1. 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; quotes are being requested and a written solicitation will not be issued.
2. Solicitation Number: VA256-17-Q-0906 is issued as a Request for Quotation.
3. The provisions and clauses incorporated into this solicitation are those in effect through Federal
Acquisition Circular 2005-83, Effective 02-July-2015.
4. This acquisition is issued as a 100% Small business set-aside. The NAICS code specified for this requirement is 339113, size standard 750 employees.
5. Contract Line Item Numbers:
Quantity of 1 (one) Each
Stock number (8020288) GSI 39 AUTO TYMP V.2:226+1K HZ TYMP AND LPSI+CONTRA REFLEX (Portable audiometer to perform hearing screen).
Please include installation/Training Basic as separate line item
6. Description of requirement: See number 5
7. Period of performance: Delivery 30 days ARO
8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
9. The provision at 52.212-2, Instructions to Evaluation-Commercial items does not apply to this acquisition.
Item quoted must meet at the minimum the salient characteristics of item(s) described in number (5). Offeror shall provide confirmation of the technical specifications to support functionality features required. Offerors shall provide in detail for each specification that is required that the particular specification is or is not offered with a reference to the quote/brochure/data provided that the specification required is in fact offered. If offering an equal product that specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the item(s) quoted are technically acceptable. Offeror shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer.
If contractor fails to provide sufficient technical information or the information has not passed the evaluation, the quote will be deemed not acceptable and will not be further evaluated.
10. The Government advises offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.
11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
12. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.
13. Quotes are due NLT
The following clauses and provisions apply:
All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses:
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
(b): Submission of quotes: Quoters submitting item(s) shall be an authorized distributor that brand manufacturer, and shall substantiate this by including letter from manufacturer on manufacturer letterhead verifying this.
(c): Period for acceptance of Quote/Quotes, is 60 calendar days.
(d) Responses shall be on any line item you can provide, provided you quote the total quantity of the item with the required delivery time.
No grey market or refurbished item(s). The Government reserves the right to make no award at all.
52.211-6 BRAND NAME OR EQUAL (
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(C$END-OF-PROV)
(ix) Provision 52.212-2, Evaluation Commercial Items (
(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government.
Award will be made to the lowest priced quote that meets or exceeds ALL requirement of this solicitation
(b) Options. NA
(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoteor 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 an quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) 52.212-3 Quoter Representations and Certifications Commercial items (
(xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
(xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
[] (2) 52.203-13,
[] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
[x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
[] (5) [Reserved]
[] (6) 52.204-14, Service Contract Reporting Requirements (
[] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
[X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
[] (10) [Reserved]
[] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
[] (ii) Alternate I (
[] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
[] (ii) Alternate I (
[] (13) [Reserved]
[] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
[] (ii) Alternate I (NOV 2011).
[] (iii) Alternate II (NOV 2011).
[] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (16) 52.219-8, Utilization of Small Business Concerns (
[] (17)(i) 52.219-9, Small Business Subcontracting Plan (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (iv) Alternate III (
[] (18) 52.219-13, Notice of Set-Aside of Orders (
[] (19) 52.219-14, Limitations on Subcontracting (
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (
[X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
[X] (22) 52.219-28, Post Award Small Business Program Representation (
[] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (
[] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (
[X] (25) 52.222-3, Convict Labor (
[X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (
[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (28) 52.222-26, Equal Opportunity (
[] (29) 52.222-35, Equal Opportunity for Veterans (
[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
[] (31) 52.222-37, Employment Reports on Veterans (
[] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
[X] (33)(i) 52.222-50, Combating Trafficking in Persons (
[] (ii) Alternate I (
[] (34) 52.222-54, Employment Eligibility Verification (
[] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
[] (ii) Alternate I (
[X] (36)(i) 52.223-13, Acquisition of EPEAT---Registered Imaging Equipment (
[] (ii) Alternate I (
[] (37)(i) 52.223-14, Acquisition of EPEAT---Registered Televisions (
[] (ii) Alternate I (
[] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).
[] (39)(i) 52.223-16, Acquisition of EPEAT---Registered Personal Computer Products (
[] (ii) Alternate I (
[X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
[X] (41) 52.225-1,
[] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (iv) Alternate III (
[] (43) 52.225-5, Trade Agreements (
[X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (
[] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
[] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
[] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
[] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (
[] (49) 52.232-30, Installment Payments for Commercial Items (
[X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (
[X] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (
[] (52) 52.232-36, Payment by Third Party (
[] (53) 52.239-1, Privacy or Security Safeguards (
[] (54)(i) 52.247-64, Preference for Privately Owned
[] (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[] (1) 52.222-17,
[] (2) 52.222-41, Service Contract Labor Standards (
[] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (
[] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (
[] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (
[] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (
[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
[] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
[] (10) 52.237-11, Accepting and Dispensing of
(End of Clause)
(xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: N/A
Provisions in full text:
52.225-18 Place of Manufacture (MAR 2015).
(a) Definitions. As used in this clause
Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except
(1) FPSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the quoteor shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly
(1) [] In
(2) [] Outside the United States.
(End of provision)
52.252-1
This solicitation incorporates one or more solicitation provisions 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. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or quote. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or quote. Also, the full text of a solicitation provision 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 provision)
852.252-70"- Solicitation provisions or clauses incorporated by reference (JAN 2008).
The following provisions or clauses incorporated by reference in this solicitation must be completed by the quoter or prospective contractor and submitted with the quotation or quote.-- Copies of these provisions or clauses are available on the
(End of provision)
Provisions incorporated by reference are:
52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007);
52.204-7 System for award management (
52.204-17 Ownership or Control of Offeror (
52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
852.203-71 Display of
852.211-70 SERVICE DATA MANUALS
852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE
52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLERBLOWER RIGHTS
Clauses in Full Text:
52.252-2
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)
VAAR 852.211-73 BRAND NAME OR EQUAL (
(Note: as used in this clause, the term "brand name" includes identification of products by make and model.)
(a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
(b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
(i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
(ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
The clause entitled "Brand name or equal" applies only to the following line items:
(I$BRAND-NAME-LINE-ITEM-1)
(I$BRAND-NAME-LINE-ITEM-2)
(I$BRAND-NAME-LINE-ITEM-3)
(I$BRAND-NAME-LINE-ITEM-4)
(I$BRAND-NAME-LINE-ITEM-5)
(C$END-OF-CLAUSE)
52.204-13 System for Award Management Maintenance (
52.204-18 Commercial and Government Entity Code Maintenance (
52.222-20 Contracts for materials, supplies, articles, and equipment exceeding
52.232-1 Payments (APR 1984);
52.232-8 Discounts for prompt payment (FEB 2002);
52.243-1 Changes Fixed Price (AUG 1987);
852.203-70
852.246-70 Guarantee (JAN 2008);
852.246-71 Inspection (
(xiv) DPAS is N/A
Link/URL: https://www.fbo.gov/spg/VA/AlVAMC502/AlVAMC502/VA25617Q0906/listing.html
Combine Solicitation – Breast Implant Supplies, IDIQ
Sources Sought Notice – Q– MEM Temporary Pathologist
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News