Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2015 FBO #5095
DOCUMENT

65 -- FOCAL ERG - Attachment

Notice Date
11/3/2015
 
Notice Type
Attachment
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q0069
 
Response Due
11/9/2015
 
Archive Date
12/9/2015
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
Contract Specialist
(darius.crane@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA247-16-Q-0069 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-16-Q-0069 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Small Businesses and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 339115 Opthamalic Goods Manufacturing, with a small business size standard of 500 employees. (v) This requirement consists of the following brand name or equal item(s): PRODUCT NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001IMAGE GUIDED FOCAL ERG 1.00EA____________________________ GRAND TOTAL________________ Specific features: BRAND NAME OR EQUAL New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. If offering an "or Equal" item it must meet or exceed the salient physical, functional, or performance characteristics of similar items produced by Phoenix Research Labs, and be compatible with for mounting with the Micorn III camera. *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. (vi) The items for this solicitation are to be delivered to: DELIVER TO: Albert German 1001 Trident St Hanahan, SC 29401-5799 --END-- Statement of Work (SOW) Design and Content 1.0Introduction (Provide a brief description of what you are buying). We need an imaged guided focal ERG (electroretinography) system to supplement our Micron III camera to selectively record retinal function in damaged parts of the retina. This is required to continue our experiments which we are funded to do - that tests retinal structure and function in response to local gene therapy. Since we can only deliver gene therapy to a local part of the retina, we need to record focally to determine its action. We already have the Micron III camera and would only need the focal ERG system to complement this project. 2.0Background (Provide any historical information necessary to understand how and why the requirement evolved and where it is headed. Include appropriate information to help the reader/contractor understand the requirement). Electroretinography is a technique to analyze the function of the retina. It allows the recording of electrical information of the retina in response to light. However, not all areas are affected equally, so a technique such as image guided focal ERG would allow to record from damaged and healthy areas independently. 3.0Scope (Provide an overview of the PWS emphasizing the most important aspects of your requirement and defining the boundaries of the contractor's performance responsibilities). We need an imaged guided focal ERG (electroretinography) system to that mounts onto the existing Micron III camera that we already have in the lab to selectively record retinal function in damaged parts of the retina. The contractor has to provide the imaged guided focal ERG (electroretinography) system and mount it onto the Micron III camera. 4.0Applicable Directives (List all documents referenced in the next section 5.0, Performance Requirements, with which the contractor will have to comply in performance of the contract effort. If only portions of a given document apply, specifically identify the applicable portions). No documents are necessary. 5.0Performance Requirements (Identify what the contractor is required to do (major tasks and subtasks). The system has to perform as per the description of the imaged guided focal ERG (electroretinography) system from Phoenix. It has to provide electrical responses from the different parts of the eye; the output of the system has to be convertible into Excel format for data analysis. 6.0Deliverables (List all data required to manage or monitor contractor performance). The system has to be provided as a single delivery. I has to be installed by the provider so confirm operation. -END OF SOW- (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services. 2.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. 3.If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 4.If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 5.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than November 5, 2015, 9:00 AM EST to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvi) Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE November 9, 2015 at 08:00 AM EST. Only electronic offers will be accepted; submit quotation to - Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place "ATTENTION: FOCAL ERG_VA247-16-Q-0069" in the subject line of your email. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone: (843) 789-6528 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0069/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0069 VA247-16-Q-0069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2401648&FileName=VA247-16-Q-0069-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2401648&FileName=VA247-16-Q-0069-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: RALPH H. JOHNSON VA Medical Center;109 BEE STREET;Charleston, SC
Zip Code: 29401
 
Record
SN03936524-W 20151105/151103234221-3b7e16307e8891ebee11ce4113b2c704 (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.