This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-07, Dated August 28, 2024.
Solicitation #36C26224Q1789 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award.
This procurement will be issued under an unrestricted solicitation. The North American Industry Classification System (NAICS) Code is 339112 and the Small Business Administration s (SBA) size standard of 1,000.
The Government is seeking a contract to acquire a SpyGlass DS Digital Controller Lease for the VA Long Beach Healthcare System (VALBHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics:
Must be single use
Must have an accessory channel
Must have an articulating tip
Must have a tapered tip
Must have an automatic light control for camera processor
Must have a single unit for camera processor and light source for direct visualization system
The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details.
See attached SF 1449 Solicitation for Statement of work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation.
Place of Performance: VA Long Beach Healthcare System, Supply Warehouse,
5901 E 7th St, Long Beach, CA 90822
Period of Performance: Within 90 days of placing order.
Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process.
Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission.
Submit all question(s) to Emiljan Golemi at Emiljan.Golemi@va.gov no later than December 13, 2024, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation #36C26225Q0232 within subject line of the email.
Quotes must be received by December 18, 2024, by 4:00 PM PST. Email your quote to Emiljan Golemi at Emiljan.Golemi@va.gov . Ensure to reference solicitation # 36C26225Q0232 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award.
CLAUSES
FAR Number
Title
Date
52.209-6
PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
AUG 2013
52.212-4
CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
FEB 2012
52.212-5
52.217-9
52.217-8
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012)
OPTION TO EXTEND THE TERM OF THE CONTRACT
OPTION TO EXTEND SERVICES
AUG 2012
MAR 2000
NOV 1999
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT
JUL 2013
52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
52.233-1
DISPUTES
MAY 2014
52.233-3
PROTEST AFTER AWARD
AUG 1996
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2012
852.237-70
CONTRACTOR RESPONSIBILITIES
APR 1984
852.215-70
SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS
JUL 2016
52.204-27
PROHIBITION ON A BYTEDANCE COVERED APPLICATION
PROVISIONS
JUN 2023
52.211-6
52.212-1
BRANDNAME OR EQUAL
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
AUG 1999
APR 2014
52.212-2
EVALUATION--COMMERCIAL ITEMS
OCT 2014
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS
NOV 2014