Inactive
Notice ID:36C25019Q1321
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes t...
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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. This solicitation 36C25019Q1321 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02/06-05-2018. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 750 employees. BRAND NAME ONLY REQUIREMENT: It is imperative that your quote include all of the following for a complete Medtronic PillCam Video Capsule Endoscopy System: 2 EA FGS-0347 PillCam® recorder DR3 2 EA FGS-0583 PillCam® recorder DR3 cradle kit 2 EA FGS-0590 PillCam sensor belt Small Bowel 2 EA FGS-0591 PillCam Sensor Array 2 EA FGS-0453 PillCam® sensor sleeves10-pack 1 EA 400100132 PILLCAM WS, SW v9 1 EA FGS-0640 PillCam WS v9 Dell T5810 1 EA FGS-0630 Monitor EIZO FlexScan EV2450 1 EA FGS-0611 Printer HP OfficeJet 6230 Inkjet 1 EA FGS-0195 POWER STRIP 120V/15APS-615-HG(USA) 1 EA WIR-0030 USB-2 A/B SHIELDED 1 EA CABLE1M GRAYROHS 1 EA CHW-0098-01SP 1 EA DVI-VGA adapterSP 1 EA FGS-0410 RAPID® WS accessory pack 1 EA 400100130 PillCam Software Kit v9.0 1 EA FGS-0612 PillCam Software v9.0 USA 1 EA  80294 PillCam SW v9 License NOTE: This equipment will need to be delivered and requires professional installation by an authorized technician. The proposed contract listed here is SET-ASIDE for Service Disabled Veteran Owned Small Businesses (SDVOSB s) only. FOB destination. Deliver to John D. Dingell VA Medical Center, 4646 John R, Detroit , MI 48201. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.204-7; 52.204-16; 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. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52.232-40, 852.203-70, 852.219-10, 852.232-72, 852.246-71 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.204-10. 52.209-6, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3; 52.225-13, 52.232-34 RESPONSES ARE DUE: Wednesday, August 14, 2019, by 4:30 PM EDT. E-mail your lowest price quote to: John McCallum john.mccallum3@va.gov