6515--ICU Medical Cadd Solis Pump Rental

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Connecticut
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Feb 7, 2023
Due: Feb 13, 2023
Solicitation No: 36C24123Q0208
Publication URL: To access bid details, please log in.
Follow
6515--ICU Medical Cadd Solis Pump Rental
Active
Contract Opportunity
Notice ID
36C24123Q0208
Related Notice
36C24123Q0208
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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 06, 2023 07:58 pm EST
  • Original Date Offers Due: Feb 13, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    West Haven VA Medical Center , CT 06516
    USA
Description
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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

This solicitation is set-aside for
Full and Open Competition

The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 Employees.
The FSC/PSC is 6515.

The 950 Campbell Avenue, West Haven, CT 06516-2770 is seeking to lease (15) ICU Medical CADD Solis Infusion Systems w/ 24/7 Hotline Support. Period of Performance will be for (5) Five Years, a Base plus (4) Option Years.

All interested companies shall provide quotations for the following:

Supplies/Services

Line Item
Description
Quantity
Unit of Measure
R-Solis
Cadd Solis Pump (Monthly Rental) Includes 24/7 Hotline Support
15
EA
Statement of Work
Ambulatory Pump Rental/Service Agreement
West Haven VA Medical Center
GENERAL

Title of Contract: ICU Medical Ambulatory Pump Rental/Service Agreement. This is a brand name only requirement. These pumps are manufactured by ICU Medical formally Smiths Medical.

BACKGROUND

VA Connecticut Cancer Center strives to ensure quality care and provides expert cancer
diagnosis and services. VA Connecticut offers assistance to support Veterans through
treatment and beyond. One of the Services offered is Chemotherapy which uses powerful
drugs to fight cancer.

An infusion pump is a medical device made to deliver fluids into a patient's body in a
controlled manner. An ambulatory infusion pumps offer patients the freedom to live a
more normal life. They serve as a practical solution as opposed to receiving treatment in
a hospital.

VA Connecticut requires for 15 ICU Medical infusion pumps to be available. VA Connecticut requires 24/7 on-call coverage from the vendor to assist with patient or nursing issues related to the infusion pumps.

Vendor responsibilities shall include:

a) Provide 15 ambulatory infusion pumps to Clinic for use by Clinic patients only.
b) Provide 24/7 on-call hotline for patients and clinicians staffed by registered nurses
for response to pump related issues.
c) Provide equipment that is clean and functional.
d) Provide free shipping of pumps and supplies to Clinic via Federal Express. Vendor
assumes all risk for damage of pumps or supplies in shipment.
e) Provide personal sales and support staff.
f) Invoice Clinic for pumps, supplies, and services. This would include invoicing Clinic
monthly for pumps and supplies provided for use by all patients.

VA Connecticut Responsibilities shall include:

a) Provide at least monthly log sheets (PTL) summarizing how many pumps are in
use for that given month

SCOPE

The contractor shall provide 24/7 on-call pump support, patient education video
accessible online, all biometric pump service and repair.

Accreditation/Compliance

The contractor will abide by all FDA guidelines.

SPECIFIC TASKS AND DELIVERABLES

The contractor shall not commit or permit any act that interferes with the performance
of work awarded to another contractor or with the performance of Government
employees. In any case where, in the course of fulfilling the contract requirements, the
contractor disturbs any work guaranteed under another separate contract, the
contractor must restore such disturbed work.

The A&A requirements do not apply, and that a Security Accreditation Package is not
required.

PERIOD OF PERFORMANCE
The Period of Performance (POP) shall be for (5) five years; one (1) base year, and (4)
four option years. Example:

BASE YEAR: 02/28/2023 - 02/27/2024
OPTION YEAR 1: 02/28/2024 - 02/27/2025
OPTION YEAR 2: 02/28/2025 - 02/27/2026
OPTION YEAR 3: 02/28/20236-02/27/2027
OPTION YEAR 4: 02/28/2027 - 02/27/2028

PLACE OF PERFORMANCE
The machines will be rented by VA Connecticut, 950 Campbell Avenue, West Haven, CT
06516.

GOVERNMENT RECOGNIZED HOLIDAYS
This contract is for equipment and 24/7 hotline coverage including holiday coverage.

TYPE OF CONTRACT
The Government anticipates award of a Firm Fixed-Price contract.

GENERAL REQUIREMENTS
1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task and associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan.

2. All written deliverables shall be phrased in layperson language. Statistical and other technical
terminology shall not be used without providing a glossary of terms.

3. All educational documents will be delivered in an editable format.

4. All educational documents (non-administrative) rendered electronically are considered e-Learning products and will receive certification from the VA 508 Office or its delegate, without
exception, prior to acceptance and final delivery. The VA 508 office utilizes the VA Section 508
Checklists. The contractor shall follow the VA 508 Review Request process, to submit the e-learning products for review and validation by the VA 508 Office or its delegate, unless otherwise designated by the Contracting Officer s Representative (COR). The contractor shall utilize the Request for Section 508 Review with or without the assistance of the COR, when
appropriate. Note: There are multiple Section 508 checklists; each checklist references
different aspects of a product that needs to be 508 compliant; and several 508 checklists may
pertain to a given product, such as an online course. For example, the Web Based, Functional,
and Video and Multimedia checklists may all be needed for documents presented electronically.

QUALITY CONTROL
The contractor shall develop and maintain an effective quality control program to ensure that
services are performed in accordance with this SOW. The contractor shall develop and
implement procedures to identify, prevent and ensure non-recurrence of defective services. The contractor s quality control program is the means through which the work will comply with the requirement of the contract. After acceptance of the quality control plan, the contractor shall receive the contracting officer s acceptance in writing of any proposed change to his or her
Quality Control system.

FORMAL ACCEPTANCE OR REJECTION OF DELIVERABLES
The Government will review within 15 days each deliverable and provide
feedback/comments. The contractor shall have five business days to incorporate
feedback/comments and make appropriate revisions. The contractor shall provide the revised
version of each deliverable within two days to the Contracting Officer s Representative (COR).
The COR will review and determine final acceptance by the Government. The COR will notify the contractor of final acceptance within five business days.

CHANGES TO THE SOW
Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Only a warranted CO may alter, change, or delete contract terms. Any contractor acting on its own or under any other circumstances does so at its own economic peril.

CONTRACTOR REPORTING REQUIREMENTS
1. The contractor shall submit a monthly progress report, due on the fifth workday, addressing
the status of all active efforts to the COR and CO. The monthly report shall also serve as the
official reporting for order compliance, and each one will cover progress made for the prior
month. At the conclusion of each deliverable, the contractor shall provide a written
memorandum documenting deliverable completion.

2. The monthly progress report shall also identify any problems that may have arisen and
provide an explanation of how each problem was resolved, or where one was not resolved, a
plan for how the problem will be resolved.

3. The contractor shall take minutes of all formal conference calls and/or meetings held
with the Program Manager. Copies of these minutes shall be attached to the next monthly
progress report.

4. Monthly progress reports shall contain, but are not limited to, the following:
a) Status summary
b) Change request status (new, open, closed since last report)
c) Issue status (new, open, closed since last report)
d) Schedule status
e) Minutes of status meetings

5. The contractor shall notify the Program Manager, COR and the Contracting Officer, in
writing, if problems arise that could have an adverse effect upon the performance of the
contract.

INVOICING
Vendor Electronic Invoice Submission Methods: Invoices will be submitted via electronic form.
Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment
requests. Electronic form means an automated system transmitting information electronically
according to the accepted electronic data transmission methods below:

i. VA s Electronic Invoice Presentment and Payment System The FSC uses a
third-party contractor, Tungsten, to transition vendors from paper to electronic
invoice submission. The contractor can go to this website:
http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting
electronic invoices, free of charge.

ii. A system that conforms to the X12 electronic data interchange (EDI) formats
established by the Accredited Standards Center (ASC) chartered by the
American National Standards Institute (ANSI). The X12 EDI Web site
(http://www.x12.org).

Vendor e-Invoice Set-Up Information: The contractor may contact Tungsten at the phone
number or email address listed below to begin submitting electronic invoices to the VA Financial Services Center for payment processing, free of charge. If the contractor has questions about the e-invoicing program or Tungsten, the FSC can be contacted at the phone number or email address listed below:

i. Tungsten e-Invoice Setup Information: 1-877-489-6135
ii. Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com
iii. FSC e-Invoice Contact Information: 1-877-353-9791
iv. FSC e-invoice email: vafsccshd@va.gov

CONFIDENTIALITY AND NONDISCLOSURE
It is agreed that:

1. The preliminary and final deliverables and all associated working papers, application source
code and other material deemed relevant by VA that have been generated by the contractor in
the performance of this contract is the exclusive property of the U.S. Government and shall be
submitted to the Contracting Officer at the conclusion of the contract. These deliverables will be provided to VA in an editable format.

2. The Contracting Officer will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request presented to the contractor for information relating to this contract shall be submitted by the contractor to the Contracting Officer for response.

3. Press releases, marketing material or any other printed or electronic documentation related to this project shall not be publicized without the written approval of the Contracting Officer.

SECURITY REQUIREMENTS
1. The contracted personnel will not have access to VA information systems or sensitive
information and will be escorted by VA authorized staff while onsite at VA facility.

2. The C&A requirements do not apply, and a Security Accreditation Package is not required.

RECORDS MANAGEMENT
1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

2. Contractor shall treat all deliverables under the contract as the property of the U.S.
Government for which the Government Agency shall have unlimited rights to use, dispose of, or
disclose such data contained therein as it determines to be in the public interest.

3. Contractor shall not create or maintain any records that are not specifically tied to or
authorized by the contract using Government IT equipment and/or Government records.

4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains
information covered by the Privacy Act of 1974 or that which is generally protected by the
Freedom of Information Act.

5. Contractor shall not create or maintain any records containing any Government Agency
records that are not specifically tied to or authorized by the contract.

6. The Government Agency owns the rights to all data/records produced as part of this contract.

7. The Government Agency owns the rights to all electronic information (electronic data,
electronic information systems, electronic databases, etc.) and all supporting documentation
created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

9. No disposition of documents will be allowed without the prior written consent of the
Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any
contractual relationship (sub-contractor) in support of this contract requiring the disclosure of
information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information, electronic information systems, electronic databases, etc.) and all supporting documentation created
as part of this contract. Contractor must deliver sufficient technical documentation with all data
deliverables to permit the agency to use the data.

8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any
contractual relationship (sub-contractor) in support of this contract requiring the disclosure of
information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

The purchase order/contract period of performance shall be for (5) five years; one (1) base year, and (4) four option years.

BASE YEAR: 02/28/2023 - 02/27/2024
OPTION YEAR 1: 02/28/2024 - 02/27/2025
OPTION YEAR 2: 02/28/2025 - 02/27/2026
OPTION YEAR 3: 02/28/2023 - 02/27/2027
OPTION YEAR 4: 02/28/2027 - 02/27/2028

Place of Performance/Place of Delivery
Address:
950 Campbell Avenue
Postal Code:
West Haven, CT 06516-2770
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
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 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.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Dec 2022
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Dec 2022

The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10, 52.209-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13
,
GRAY MARKET ITEMS (APR 2020)

(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.

(b) 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. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

(End of clause)

All quoters shall submit the following: QUOTE

All quotes shall be sent to the Contract Specialist, Divianna Mathurin, Divianna.Mahturin@va.gov

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.

Options will be evaluated at time of award.

The following are the decision factors:

price, past performance, product support, speed of delivery, help desk support

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.

The following provision is incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition
Is set aside for small business and has a value above the simplified acquisition threshold; or

Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or

Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show
           (1) The solicitation number;
           (2) The time specified in the solicitation for receipt of quotations;Â
          (3) The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
           (5) Terms of any express warranty;
           (6) Price and any discount terms;
           (7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
           (9) Acknowledgment Request for Quotation amendments;
(10) Past performance will not be considered in simplified acquisition procurements.
(11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
(e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately.
(f) Late submissions, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due.
(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation.
(h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
      (1) Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
                (i) ASSIST ( https://assist.dla.mil/online/start/).
                (ii) Quick Search ( http://quicksearch.dla.mil/).          Â
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i)Â Using the ASSIST Shopping Wizard (Â https://assist.dla.mil/wizard/index.cfm);
(ii)Â Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii)Â Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.
(k)Â [Reserved]
(l)Â Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO.

(End of Provision)

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 not later than 10AM on Monday February 13, 2023 at Divianna.mathurin@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 Point of Contact listed below.
Point of Contact
Contract Specialist
Divianna Mathurin
Divianna.Mathurin@va.gov
914-325-3258
Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
36C24123Q0208_1.docx (opens in new window)
46 KB
Public
Feb 06, 2023
file uploads

Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Dec 29, 2022[Sources Sought (Original)] 6515--Cadd Solis Pump Rental
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow PROJECT LABOR AGREEMENT (PLA) REQUEST FOR INFORMATION FOR DESIGN-BID-BUILD, P1044, PIER 31

DEPT OF DEFENSE

Bid Due: 4/22/2024

Follow J999 - Boom Reel Repairs Active Contract Opportunity Notice ID N0018924Q0171 Related

DEPT OF DEFENSE

Bid Due: 4/19/2024

Follow J042--VACHS Fire Damper Inspection and Testing (VA-24-00057073) Active Contract Opportunity Notice ID

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/19/2024

Follow Y1DA--SPS Relocation and Renovation Minor #689-408 - West Haven Active Contract Opportunity

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/22/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.