Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
SOLICITATION NOTICE

65 -- Canandaigua CLC Cottages Ceiling Lifts

Notice Date
6/2/2025 6:35:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0693
 
Response Due
6/16/2025 9:00:00 AM
 
Archive Date
07/01/2025
 
Point of Contact
LaTriece Bruce, Phone: Telephone inquiries will not be accepted.
 
E-Mail Address
latriece.bruce@va.gov
(latriece.bruce@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
The Department of Veterans Affairs on behalf of Canandaigua VAMC has a brand name requirement for ceiling lifts as defined in the attached documents. Please see attached. This RFQ is limited to Service-Disabled Veteran Owned Small Businesses (SDVOSB). All vendors providing a quote must be registered with both SBA Vet Cert and SAM.gov. Quotes are required to include SAM UEI numbers and completed Limitations on Subcontracting form found in the solicitation. Quotes should include estimated lead time. This is a BRAND NAME ONLY requirement. Please see the statement of work and Price/Cost Schedule in the attached solicitation for the brand requirement. 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. Vendor shall be an authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. Responses to this notice must be submitted in writing via email to latriece.bruce@va.gov and must be received no later than Monday, June 16, 2025, 12:00PM Eastern Standard Time. Telephone inquiries will not be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f). ADDENDUM to 52.212-2 EVALUATION�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Specifications Price Delivery Schedule Past Performance Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical Specifications: The Government will evaluate whether the quoted line items conform to the technical specifications outlined in the SOW. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum of all lines. Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for full delivery. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter�s likelihood of success in fulfilling the solicitation�s requirements as indicated by the quoter�s record of past performance. The past performance evaluation may be based on the contracting officer�s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Clauses Incorporated By Reference: FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services. FAR 52.212-3 Offeror Representations and Certifications�Comm Products and Comm Serv FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Serv FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. See attached documents for full clause list.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/61efe3f8438f4a93ace35113205e98d8/view)
 
Place of Performance
Address: Canandaigua, NY, USA
Country: USA
 
Record
SN07462451-F 20250604/250602230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.