Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C25022Q0269
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation RFQ-36C250-22-Q-0269 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) 2005-94, 2005-95/ 01-19-2017. The North American Industry Classification System (NAICS) number is 334614 and the business size standard is 1,250 employees. STATEMENT OF NEED CSM Software C.0. SCOPE: The Cincinnati VA Medical Center, Cincinnati, OH has a requirement for a brand name or equal to: - CSM SOFTWARE & WORKSTATION KIT (AIO) Item Number CSM-AIO-011 Quantity (1) - CSM SATO LABEL PRINTER,WS408 Item Number CSM-PNT-003 - Quantity (1) - 2D BARCODE SCANNER,CSM item number CSM-SCN-001 Quantity (1) - BIO-ID READER,DESKTOP,USB item number CSM-SCN-002 Quantity (1) a. Provide required items within 180 days of award. The proposed contract listed here is Set-aside 100% for Service-Disabled Veteran Owned Small Business. FOB destination. Deliver to 3200 Vine Street., Cincinnati, OH 46220. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.203-98, 52.204-22 52.211-6, Brand Name or Equal (AUG 1999) 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: 52,203-99, 52.232-40, 852.203-70, 852.232-72 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-50, 52.223-18, 52.225-1; 52.225-13, 52.232-34 852.212-72 Gray Market and Counterfeit Items; a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. RESPONSES ARE DUE Thursday February 1, 2022 by 12:00 P.M. eastern standard time (EST). Electronic offers will be accepted Aleshia Hines-Best, e-mail Aleshia.Hines-Best@va.gov. Point of contact for this solicitation is Aleshia Hines-Best, e-mail Aleshia.Hines-Best@va.gov. All Inquires must be in writing.