Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

65 -- Optical Refractor System for Bayne-Jones Army Community Hospital, Fort Polk, LA.

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
423460 — Ophthalmic Goods Merchant Wholesalers
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-07-REFSY-8401
 
Response Due
8/16/2007
 
Archive Date
10/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; propo sals are being requested and a written solicitation will not be issued. Document # W81K00-07-REFSY-8401 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acq uisition Circular 2005-16. This acquisition is set-aside 100% for small business under NAICS code 423460 and the small business size standard is 500 employees. The requirements in this solicitation are: CLIN 0001, 2 each Computerized Vision Tester with Touchscreen Controller for ACP-8, MFG: Topcon, MFG Part #: CV5000. CLIN 0002, 2 each Automatic Chart Projector, MFG: Topcon, MFG Part #: ACP-8R. CLIN 0003, 2 each Wall Mount, MFG: Topcon, MFG Part #: ACP-8. CLIN 0004, 2 each Five Magnification Digital Sl it Lamp, MFG: Topcon, MFG Part #: SL-D4. CLIN 0005, 2 each Tonometer, MFG: Topcon, MFG Part #: Haag Street 870. CLIN 0006, 2 each Marco Deluxe Stand, MFG: Marco, MFG Part #: 1206. CLIN 0007, 2 each Marco EZ Tiltchair, MFG: Topcon, MFG Part #: 1262. CLI N 0008, 2 each Digital Camera Attachment for SL-D Series, MFG: Topcon, MFG Part #: DC-1. All items include the cost of shipping. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. CLIN 0001 salient char acteristics are: High speed lens chamber; One dial controller with color LCD touch screen; small optical head to enhance patient communication and comfort; record a full 21 point refraction; automatic data input from pre-test instruments; color-coded cros s cylinder; up to five user defined personalized refraction programs; EMR ready; paperless refractions; interactive patient education software included; Range of measurement: Sphere -27.00D ~ +27.00D, Cylinder -8.00D ~ +8.00D, Axis of Astigmatism 0? ~ 180? ; Prism: 0~20?; Near distance examination: Optical axis of both lenses converge mechanically at 40cm/67cm in front of eyes; Binocular balance test: Rotary Prism, R&G filter polarizing lens methods are available; Cross cylinder: Jackson Cylinder +0.25D or + 0.50D, Topcon Cylinder +0.25D; PD: 48mm ~ 80mm; Visual Field: 35?; Corneal alignment: 12.00mm/13.75mm/16.00mm/18.00mm/20.00mm; Dimension and weight: Max. 328(W) x 261(H) x 115(D) mm, 4.0 Kg. CLIN 0002 salient characteristics are: 30 AO compatible test ch arts including ETDRS; fast chart rotation; fully programmable chart selections; variable focus lens; programmable wireless remote; completely interfaced with CV-5000; Refracting distance: 2.9 to 6.1 m; Variable focus projection distance: 2.9 to 7.1 m; proj ection magnification: 30x (in 5m refraction); projection size: 330 x 270mm; number of charts: 30; chart change-over: 1 frame/0.03 sec.; number of masks: open 1, horizontal line 5, vertical line 8, single isolation 21, R&G 1; mask change-over: 1 frame 0.02 sec.; program step: 2 type, max. 30 steps available; projection lamp: 12v 50w (halogen lamp); automatic shut-off: after 10 minutes; electricity: AC 120, 220, 230 or 240V, 50/60Hz; power consumption 80VA; dimensions: 226(W) x 300(D) x 245(H) mm; weight: 6.0 Kgs. CLIN 0003 salient characteristics are: Must be compatible with Topcon ACP-8. CLIN 0004 salient characteristics are: Galilean magnification changer with converging binocular tubes; magnification selection: 5 steps by drum rotation; eyepiece: 12.5x ; magnification ratio: 6x, 10x, 16x, 25x, and 40x; slit width: continuous from 14mm to 0mm (at 14mm, slit becomes a circle); slit length: continuous from 14mm to 1mm; slit angle: 0 to 180 degree with horizontal scanning capability; filters: blue, red-free, amber, UV cut, IR cut; illumination lamp: 6V, 20W halogen lamp. CLIN 0005 salient characteristics are: Includes 2 prisms and the Topcon SL-D series adapter. CLIN 0006 salient characteristics are: Misty Grey color and includes: deluxe counterbalanced refractor arm, counterbalanced slit lamp arm w/exam chair elevation control, full feature console w/three rechargeable instrument wells, control of slit lamp, ch art projector, keratometer, adjustable overhead lamp, and binding post. CLIN 0007 salient characteristics are: Misty Grey, upholstery color: 1261; automatic elevation & counterbalanced recline motion tilt including #1263 cushion set w/calf pad. CLIN 000 8 salient characteristics are: Easy capture with joystick button on slit lamp; still images and digital video recording; 2x and 4x zoom function; download JPEG images via CompactFlash card or USB cable; low-flash requirement for patient comfort; multi-lan guage menu selection; 3.3 megapixel imaging; image quality of CCD: 3.24 million pixel images; exposure mode: auto/manual (shutter speed 1-1/1000s); sensitivity: auto/ISO 100/200/400/800 (equivalent to ISO); resolution: 2048x1536 (Fuji size) 1024x768, 640x4 80; dimensions: 224(H)x90(W)x82(D)mm; weight: 0.92 Kg; power source: DC 12V; power consumption: 12W. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website, http://farsite.hill.af.mil/ . Delivery, by 17 September 2007, shipping shall be FOB destination to 7606 Virginia Ave., Fort Polk, LA 71459. FAR provision 52.212-1 [Instructions to Offerors  Commercial] applies to thi s acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: All proposals will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor o ffers and Equal Product) and Price, with Technical Capability being significantly more important than Price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website liste d in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003  Electronic Submission of Payment Requests, DFARS 252.211-7003, Item Identification and Validation, and DFARS 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following s ub DFARS clauses applying to this acquisition: DFARS 252.225-7001 [Buy American Act and Balance of Payment Program], 252.247-7023 [Transportation of Supplies by Sea]. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Exe cutive Orders  Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer  Central Contractor Registration]; and . The closing date and time of this solicitation is 16 August 2007, 11:00 A.M. Price quotes shall be submitted on company letterhead and signed b y a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 916-3040 or 210-916-1750. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Yesenia C. Rodriguez, phone (210) 916-1994; e-mail Yesenia.Rodriguez1@amedd.army.mil.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01369276-W 20070812/070810222224 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.