DOCUMENT
65 -- Corporal Michael J. Crescenz VA Medical Center Eye Lane Equipment - Attachment
- Notice Date
- 8/1/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
- ZIP Code
- 17042
- Solicitation Number
- 36C24418Q9485
- Response Due
- 8/6/2018
- Archive Date
- 10/5/2018
- Point of Contact
- Contract Specialist:
- E-Mail Address
-
.johnson44@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24418Q9485 Current Response Date: Monday, August 6, 2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17046 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The Michael J. Crescenz VA Medical Center is seeking to purchase, BRAND NAME OR EQUAL, brands, listed below, for their optometry department. All interested companies shall provide quotation(s), specifications, or brochures for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Reliance FX920L Power Tilt Chair Ergonomic Features Memory programming cuts wasted movement and improves efficiency. Dual-side operation controls improve access to patient. Adjustable headrest and armrests lock with a single hand. Power tilt eliminates physical recline motion. Dual-rotation locks allow you to swivel chair 350 ° without moving. Large hinged footrest safely supports patient s full weight. Detached footswitch allows for hands-free patient positioning. Power Hydraulic Base and Reclining Top Finger switches and a corded footswitch raise, lower or tilt chair into position without breaking patient contact, or jolting them. Auto-return button returns patient upright. Ultra-Durable Membrane Switches Backlit membrane switches last 10-times longer than their mechanical counterparts. They re also safer because they run at low voltages. A programmable safety function prevents unwanted operation of the chair. Finishes and Upholstery Hand-sewn upholstery covers high-density foam that lasts for years. Removable cushions for easy cleaning or replacement. Base available in #20 Pearl. Choose from 14 standard vinyl colors and endless custom selections call Reliance at 1-800-735-0357 for a color card. All materials are fire retardant. The Mark of Quality The FX-920 has passed all rigorous Laboratories tests, affirming its safety and durability, achieving CSA, C/US certificate of compliance. Tech Specs Base: 225/16, width 24 ½. Two base heights. High: 24 ¾ lowered and 353/8 raised. Low: 22 ¼ lowered and 30 ¾ raised. Depth upright (excluding headrest): 41 ; Reclined: 57. Seat: 20 wide by 15 deep. Distance between armrests: 19 ½., Shipping weight: 370 lbs., Standard electrical: 110 volts, 60/50 Hz, 6.3 amperes. Optional electrical: 230 volts, 50 Hz, 4.0 amperes. 1 EA 0002 Reliance Instrument Stand: Must be compatible with the FX920L or Equal Offered Chair 1 EA 0003 Walman Chair Glide Cast aluminum glide plate Stainless steel floor plate Locks in any position Will accommodate round or square base chairs Floor plate dimensions, 22 x 56 Glide plate dimensions, 22 x 25.5 plus lock Total dimensions 22 wide, 56 deep, 1.5 high Forward to back travel 28 30 clearance needed behind chair Maintenance free, durable construction No assembly, easy installation 1 EA 0004 15 Round Tilting Back Seat 1 EA 0005 Haag-Streit BM 900 Basic Slit Lamp, LED Spectral range slit illumination 400 to 750 nm Spectral range background illumination 400 to 750 nm Slit image width 0-8 mm continuous Slit image length 1-8 mm continuous Illumination field circle 8 / 5 / 3 / 2 / 1 / 0.2 mm in ø Test mark with fixation star Slit image rotatability 0-90 ° Inclination of slit illumination to mi croscope axis Horizontal ± 90 °, vertical 0-20 ° Filters Blue, red removal (green), grey (10%) Stereo angle 13 ° Magnification changer 1x and 1.6x Magnif. with 10x eyepiece 10x and 16x (standard) Magnif. with 25x eyepiece 25x and 40x Range of adjusting eye-pieces +8 to -8 dioptres Pupil distance 54 94 mm Lens 1x / 1.6x / 1x / 1.6x Eyepiece 10x / 10x / 25x / 25x Total magnification 10x / 16x / 25x / 40x Object field diameter 18 mm / 11.3 mm / 8 mm / 5 mm Operation Single-handed operation of control lever in three dimensions Adjustment of instrument base 100 mm (length), 100 mm (side), 30 mm (height) Weight: 11.4 kg (without power supply, head rest and options) Dimensions L x W x H: 332 x 290 x 700 mm Packaging L x W x H: 420 x 510 x 780 mm 1 EA 0006 Haag-Streit R-900 Tonometer 1 EA 0007 M&S Technologies Inc. Smart System Standard All in One Includes letter contrast testing where the clinician simply identifies the visual acuity threshold, increases the size by two lines and then switches to contrast testing. 1 EA 0008 Keeler All Pupil LED Wireless Slimline 1 EA 0009 Welch Allyn Direct Ophthalmoscope Fast, easy entry into small, undilated pupils 25 ° field of view versus the 5 ° field of view of standard ophthalmoscopes 5X larger view of the fundus vs. standard ophthalmoscopes in an undilated eye Combine with the iExaminer to digitally capture, store, and share fundus images Greater working distance improves comfort for practitioner Six inches from veterinarian to patient s eye Complete compatibility with existing Welch Allyn 3.5V power sources 1 EA 0010 Welch Allyn Elite Retinoscope Provides 2.8X the brightness of our standard retinoscopes. Superior streak quality enables easier and quicker refractions even in patients with small pupils. Crossed linear polarizing filter eliminates bothersome glare from trial lenses, helping you perform a more precise exam. External focusing sleeve improves comfort and maneuverability. Sealed optics keep the lenses cleaner for more effective exams. Dimensions Width: 7" Height: 2" Depth: 2" Weight: 0.44 lbs 1 EA 0011 Welch Allyn Transilluminator Gross Weight: 0.4 KG Width: 8.8 CM Height: 5.1 CM Depth: 4.1 CM 1 EA 0012 Welch Allyn Well Charge Handle 1 EA 0013 Volk 20D Large Lens (clear) Lens: 20D Field of View: 46/60 degrees Image Mag.: 3.13x Laser Spot:.32x Working Distance: 50mm 1 EA 0014 Volk 90D (clear) Lens: 90D Field of View: 74/89 degrees Image Mag.:.76x Laser Spot: 1.32x Working Distance: 7mm 1 EA 0015 Volk 78D (clear) Lens: 78D Field of View: 81/97 degrees Image Mag.:.93x Laser Spot: 1.08x Working Distance: 8mm 1 EA 0016 Gulden Ishihara 24 plate color tests 1 EA 0017 Topcon Trial Frame 1 EA 0018 Topcon Computerized CL-300P w/printer 1 EA 0019 Marco Full Diameter Plus and Minus Cylinder Trial Lens Set, in case 1 EA Delivery shall be provided no later than 30 calendar days after receipt of order/award of contract. Delivery terms FOB destination and must be coordinated with facility Point-of-Contact (POC), prior to delivery. The contractor shall deliver line item(s) 0001 through 0019 to Michael J. Crescenz VA Medical Center VAMC, 3900 Woodland Avenue, Philadelphia, PA 19104. Delivery Location Address: Department of Veterans Affairs Michael J. Crescenz VA Medical Center 3900 Woodland Ave. Philadelphia, PA Postal Code: 19104 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: "(1) price, (2) past performance, and (3) technical capability factor "meeting or exceeding the requirement Quoters must provide a copy of the authorized distributor letter to verify that they are an authorized distributor. 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 (Jan 2017) Addendum: (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. and its quote if it has not been completed on SAM.gov. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional Clauses: 52.202-1 Definitions (Nov 2013) 52.203-7 Anti-kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.211-6 Brand Name or Equal (Aug 1999) 52.214-21 Descriptive Literature (Apr 2002) 52.232-25 Prompt Payment (Jan 2017) 852.203-70 Commercial Advertising (Jan 2008) 852.211-73 Brand Name or Equal (Jan 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) 852.246-70 Guarantee (Jan 2008) 852.246-71 Inspection (Jan 2008) 852.203-70 Commercial Advertising (Jan 2008) 852.246-71 Inspection (Jan 2008) All quoters shall submit the following: One (1) copy and must provide a certificate or a letter from the manufacturer, stating that they are a certified reseller. All quotations shall be sent to the Contract Specialist via e-mail, at Daniel.johnson44@va.gov. This is an open-market combined synopsis/solicitation for, BRAND NAME OR EQUAL, brands, listed above, as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 P.M. EST, Monday, August 6, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Daniel Johnson, at Daniel.johnson44@va.gov. Point of Contact Daniel Johnson Contract Specialist 717-272-6621 Ext: 6018 Daniel.johnson44@va.gov STATEMENT OF WORK Corporal Michael J. Crescenz VA Medical Center BACKGROUND: The Corporal Michael J. Crescenz VA Medical Center is expanding optometry services to include the Burlington CBOC. SCOPE: Eye lanes are the foundation of a practice, and this is where the optometrists meet with the patients, perform tests, exams, and give results. A complete eye lane has more than 20 individualized pieces including but not limited to the following: Refractor Slit Lamp Exam Chair Instrument Stand Visual Acuity System Trial Lenses Trial Frame BIO lens Ophthalmoscope Retinoscope Transilluminator Binocular Indirect Ophthalmoscope Color Tests Occluders Tonometer Lenses Charge Handles
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9485/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9485 36C24418Q9485.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4519116&FileName=36C24418Q9485-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4519116&FileName=36C24418Q9485-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9485 36C24418Q9485.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4519116&FileName=36C24418Q9485-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Corporal Michael J. Crescenz VA Medical Center;3900 Woodland Ave.;Philadelphia, PA
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN05016339-W 20180803/180801231653-4f43dde4c667003695295c59120b008b (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 |