DOCUMENT
65 -- ICS Impulse Module - Attachment
- Notice Date
- 8/23/2018
- Notice Type
- Attachment
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25018Q9775
- Response Due
- 8/22/2018
- Archive Date
- 9/21/2018
- Point of Contact
- John Tschirhart
- E-Mail Address
-
k
- Small Business Set-Aside
- Total Small Business
- Description
- Page 3 of 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Dayton VA Medical Center has a requirement for a ICS Impulse Module. These devices will be used during will also allow for testing of BPPV (very common positional vertigo) and the central vestibular system via the oculomotor examination. Additionally, the updated equipment allows for the recording of eye movement results which will allow the clinician to go back and analyze eye movements to more easily ensure accurate diagnosis. Delivery location is Dayton VA Medical Center, 4100 West Third Street, Dayton Ohio 45428, and shall be FOB destination. Delivery required within 30 days of contract award. The Department of Veterans Affairs intends to award a firm fixed price contract to the vendor providing the supplies and services described in this solicitation determined to be best value to the Government. The solicitation number is 36C25018Q9775, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This solicitation is a Brand Name or Equal, 100% set-aside for Small Business. Businesses submitting responses to this RFQ not listed and current in the System for Award Management (SAM) (https://www.sam.gov/) prior to award will not be considered, and price quotations received will not be evaluated. The associated NAICS code for this requirement is 339115 (Ophthalmic Goods Manufacturing), and the size standard is 1000 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 08/22/18. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov. Only emailed proposals received by the date indicated in this solicitation, directly from the offeror, shall be considered acceptable. The successful awardee agrees in accordance with the terms and conditions stated herein. The successful awardee shall be able to quote and provide all of the items/services listed in the Description of Supplies. Multiple awards will not be made. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 1.00 EA ICS Impulse Larp/Ralp module LOCAL STOCK NUMBER: 8-69-42632 1085 0002 1.00 EA ICS Impulse Lateral Vhit module LOCAL STOCK NUMBER: 8-69-42631 1085 0003 1.00 EA Monocular Oculomotor module for Impulse LOCAL STOCK NUMBER: 8-69-42630 1085 0004 1.00 EA Monocular Positional module for Impulse LOCAL STOCK NUMBER: 8-69-42633 1085 0005 1.00 EA product orientation by your sales professional 0006 1.00 EA TORSIONAL MODULE LOCAL STOCK NUMBER: 8-69-42634 2085 0007 1.00 EA COMPUTER, LAPTOP, ICS LOCAL STOCK NUMBER: 8-36-02100 0008 1.00 EA professional installation 0009 1.00 EA USB Goggles 2 packages (12/pkg) of face cushions 1 pkg (50/sets) Vision Denied LOCAL STOCK NUMBER: 8-04-16210 1085 The following clauses apply to this acquisition: FAR 52.209-6; 52.211-11; 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation, and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)); 52.212-5; VAAR 852.203-70; 852.211-70; 852.232-72; 852.246-70; 852.246-71; and 852.270-1. The following provisions apply to this acquisition: Information Regarding Responsibility Matters (Jul 2013); 52.212-1, Instructions to Offerors-Commercial, with addenda: paragraph (c) change 30 to 60; 52.212-2, Evaluation-Commercial Items (Oct 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017); 52.232-38; 852.211-72; and 852.215-70. This solicitation includes FAR 52.219-9, Small Business Subcontracting Plan, VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement, VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, VAAR 852.215-71, and VAAR 852.246-71, Inspection. Offerors shall submit their quote on the attached pricing schedule, and shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, with addenda: paragraph (c) change 30 to 60. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and Part 13. The Government intends to make a single award from this RFQ. An Offeror s initial proposal should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Violating this requirement may constitute justification for removal from consideration for this award. All questions and concerns regarding this solicitation shall be directed to John Tschirhart the Contract Specialist. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Quotes shall be submitted via e-mail only to: john.tschirhart@va.gov no later than 4:00 pm EST local time on August 30, 2018 to be considered for this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q9775/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9775 36C25018Q9775.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557894&FileName=36C25018Q9775-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557894&FileName=36C25018Q9775-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9775 36C25018Q9775.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557894&FileName=36C25018Q9775-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 West Third Street;Dayton, Ohio
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN05052854-W 20180825/180823231421-a9eecde478c6d0341d2988d9f6ba05ae (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 |