DOCUMENT
65 -- Ophthalmology Treatment Chairs - Attachment
- Notice Date
- 9/5/2018
- Notice Type
- Attachment
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West;Philadelphia, PA 19106
- ZIP Code
- 19106
- Solicitation Number
- 36C24418Q9738
- Response Due
- 9/12/2018
- Archive Date
- 11/11/2018
- Point of Contact
- John Ritter
- E-Mail Address
-
John.Ritter2@va.gov
(John.Ritter2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 2 of 6 (i) This is a combined synopsis/solicitation for Eyeforce Treatment Chair, BRAND NAME OR EQUAL, as prepared in accordance with the format in Subpart 12.6, 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9738 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339115 has a small business size standard of 1000. (v) Contract Line Items (CLIN): PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 6.00 EA __________________ __________________ Eyeforce Treatment Chair 0002 6.00 EA __________________ __________________ E-Drive For Eyeforce 0003 6.00 EA __________________ __________________ Side Part (R=L) Swiveling Inc Locking Upholstered 0004 6.00 EA __________________ __________________ Hand Remote Bracket, PVC GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: VA WILMINGTON MEDICAL CENTER 1601 KIRKWOOD HIGHWAY WILMINGTON, DE 19805 USA 6.00 MARK FOR: DR. ODETTE CALLENDER 0002 6.00 0003 6.00 0004 6.00 (vi) BRAND NAME OR EQUAL PRODUCTS In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ STATEMENT OF NEED GENERAL: The Ophthalmology Department, located within the Wilmington VAMC, Wilmington, DE proposes to purchase 6 new Ophthalmology treatment chairs. These chairs give the providers the flexibility needed when performing Ophthalmic Surgery on patients. The stretchers must be easily operated by the surgeon and staff. Item # Description/Part Number* Qty CLIN 1 Eyeforce Treatment Chair 6 CLIN 2 E-Drive For Eyeforce 6 CLIN 3 Side Part (R=L) Swiveling Inc Locking Upholstered 6 CLIN 4 Hand Remote Bracket, PVC 6 Specifications needed, but similar will be considered. - Brake system acting on all four wheels - Directional wheel guidance ( Steering Guide ), easily activated at the push of a button - Foot control Joystick (total up / down, head up / down, back up / down, Trendelenburg up / down) - Emergency stop capability - Traction drive with e-Drive - Max. lifting force: 230 mm - Max. patient weight 250 kg - Max. lifting speed 8 mm / s - Max. lifting force 1 x 6.000 N - Hand control with 5 individually programmable memory positions auto-run function reset button Battery unit - 2 batteries (lead-fleece), pollution free, maintenance-free, cadmium-free AIM Electromotive Drives - Head, back, seat, foot, total up / down - Trendelenburg / Reverse Trendelenburg - Visual battery level indicator - 5 programmable presets - auto-run function - Lifting system Mono - Memory controller with 10 buttons for head-, back-, seat-, leg total up / down; 2 buttons for wheel direction control, 1 button for electronic brake, 1 easy entry button, memory button, on-off button, auto-run function Max. Load 250 kg Weight 165 kg DELIVERY: The contractor shall deliver all items at no additional cost. All deliveries shall be made Monday- Friday, 8:00 a.m. 3:30 p.m. 3. PRICING SCHEDULE: VA anticipates award of a contract on a firm fixed unit price basis. 4. PERFORMANCE, DELIVERY, INSPECTION AND ACCEPTANCE: 4.1 Backorders: If there is a backorder on any of the requested items, the contractor must contact the VA no later than 24 hours. The contractor will offer the VA substitute of equal or higher quality. If acceptable to the VA, the substitute may be made part of the contract with a bilateral modification. 4.2 Warranty: The contractor warrants/guarantees all items against defective material and/or workmanship for a minimum of one year from the date of receipt. The contractor agrees to furnish without additional cost to the government, all labor and materials necessary to correct defects that were detected during the guarantee period. The Contractor shall immediately notify all affected VA s and contracting activities in the event of a product recall, removal, required adjustments, or required modification that is suggested or mandated by the contractor, distributor, manufacturer, or any regulatory or official agency. The information that shall be included in this notification include: A complete item description, identification. Administrative identification data including contract number, order numbers, and order date. Reasons for recall, removal, adjustment, or modification. Instructions for appropriate corrective action. 5. EDUCATION/ TRAINING: 5.1 The contractor shall provide any and all technical training or manual required in order for VA staff to fully utilize the equipment. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (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 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. (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to John.Ritter2@va.gov and received no later than 9/12/18 4:30 PM EST on the close date. Quote may be submitted on this document or the vendor s own form. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award. (xvi) For information regarding the solicitation, please contact John Ritter at John.Ritter2@va.gov ; NO PHONE CALLS WILL BE ACCEPTED End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9738/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9738 36C24418Q9738.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577599&FileName=36C24418Q9738-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577599&FileName=36C24418Q9738-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9738 36C24418Q9738.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577599&FileName=36C24418Q9738-000.docx)
- Record
- SN05073511-W 20180907/180905231256-d1eb7ac14abe37b4fa034bc2503dbe05 (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 |