Indiana Bids > Bid Detail

6525--Weightbearing Foot Stands For U-Arm System Indianapolis VAMC

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159811308743848
Posted Date: Feb 20, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/b501c15366...
Follow
6525--Weightbearing Foot Stands For U-Arm System Indianapolis VAMC
Active
Contract Opportunity
Notice ID
36C25024Q0341
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 20, 2024 01:25 pm EST
  • Original Date Offers Due: Feb 26, 2024 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Richard L. Roudebush VAMC Indianapolis , IN 46202-2803
    USA
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Items
Effective Date: 02/01/2022
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 a request for quotes (RFQ), and the solicitation number is 36C25024Q0341. The Government anticipates awarding a firm-fixed price purchase order to the offeror submitting the best value quote that was reviewed on a comparative evaluation from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 01/22/2024.

The associated North American Industrial Classification System (NAICS) Code for this procurement is 339113, with a small business size standard of 800 Employees. The FSC/PSC is 6525.

The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the VISN 10 Indianapolis VA Medical Center (583) with (2) Radiographic Weightbearing Platforms for U-Arm System to capture weight bearing foot images during x-ray procedures.

All interested companies shall provide quotations for the following equipment and supplies:

Supplies/Services

Line Item

Quantity
Unit of Measure
Unit Price
Total Price

1
2

STEP PLATFORM FOR U-ARM SYSTEM

SHIPPING COST Delivery to:
Richard L. Roudebush VAMC
1481 West 10th Street
Indianaplis, IN 46202-2803
2
1

EA
EA

The requested Radiographic Weightbearing Platform Systems must provide the capabilities outlined in the attached Statement of Work (SOW).

Delivery, and set-up must occur on site at the facility.

Delivery shall be provided no later than 60 days after receipt of order (ARO) unless notification of delays are provided to the Contracting Officer/Specialist. FOB Destination.
Places of Performance/Places of Delivery
Address:
1481 West 10th Street
Attn: Radiology / Room C2001
Indianapolis, IN

Postal Code:
46202-2803
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 (Sept 2023)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2023)
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.

FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

FAR 52.204-27, Prohibition of ByteDance Covered Application (Jun 2023)
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2023)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Dec 2023)
FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)
VAAR 852.212-71, Grey Market and Counterfeit Items (Feb 2023)
VAAR 852.239-71, Information System Security Plan and Accreditation (Feb 2023)
VAAR 852.239-75, Information and Communication Technology Accessibility Notice (Feb 2023)
VAAR 852.239-76, Information and Communication Technology Accessibility (Feb 2023)
VAAR 852.273-70. Late Offers (Nov 2021)

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. Responses should contain your best terms, conditions.

All quoters shall submit the following: Pricing quote and estimated schedule for delivery and set-up.

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.

Submission of your response shall be received via email not later than 4:30PM EST on Monday, February 26, 2024, to Barbara.Robertson@va.gov. No submission received after the above-mentioned date and time 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 by 12:00PM EST on Friday, February, 23 2024. Responses will be posted by 5:00PM EST on Friday, February 23, 2024. No telephone calls will be accepted.

Point of Contact
Barbara Robertson, Email: Barbara.Robertson@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 20, 2024 01:25 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >