Skip to main content

An official website of the United States government

You have 2 new alerts

6515--Flo-Lab Model 2100 SX-2 Non-invasive Vascular System Chalmers P Wylie VA Ambulatory Care Center Columbus, OH

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)
  • Original Published Date: Jun 07, 2023 03:43 pm EDT
  • Original Date Offers Due: Jun 15, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Chalmers P Wylie VA Ambulatory Care Center Columbus , 43219

Description

VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 of quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. This is a BRAND NAME ONLY REQUIREMENT. The Department of Veterans Affairs, Chalmers P Wylie VA Ambulatory Care Center, in Columbus, OH has a requirement for two (2) Flo-Lab Model 2100 SX-2 Non-invasive Vascular Systems, manufactured by Parks Medical Electronics, Inc., to replace their current Flo-Lab systems, which have met their serviceable life. See attached documents for more details/salient characteristics. Along with pricing and contact information, please also provide the following in your quote: Your company s Unique Entity Identifier (UEI) to confirm status on SAM.gov Estimated ARO delivery timeframe Trade-in credit Available Customer/Multiple Purchase Discounts Place of Performance/Place of Delivery Address: Chalmers P Wylie VA Ambulatory Care Center 420 N. James Rd. Columbus, OH Postal Code: 43219 Country: UNITED STATES Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable. 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 to include: 52.204-7, 52.204.16, and 52.229-11. 52.212-2, Evaluation - Commercial Items : FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal IAW 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: FAR 52.212-4, Contract Terms and Conditions Commercial Items [October 2018] with the following addenda: FAR 52.219-28, 52.222-19, 52.232-40, 52.204-13, 52.204-18; VAAR 852.203-70, 852.232-72, 852.246-71, 852.212-70 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [May 2019] The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt 2, 52.225-13, 52.229-12, 52.232-33, 52.219-6 This is a combined synopsis/solicitation for products as defined herein and requirement is set-aside for Small Business entities. The government intends to award a purchase order as a result of this combined synopsis / solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submissions shall be received not later than Thursday, June 15, 2023, at 4:00PM ET by email at james.howard3@va.gov. 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 Contract Specialist, James Howard, at james.howard3@va.gov

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