Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

65 -- Haag-Streit BM900 Slit Lamp with LED To include R900 Tonometer with 2 Prisms

Notice Date
8/4/2020 10:47:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0356
 
Response Due
8/18/2020 3:00:00 PM
 
Archive Date
09/17/2020
 
Point of Contact
CYNTHIA MACHUCA, CONTRACTING OFFICER, Phone: NONE
 
E-Mail Address
CYNTHIA.MACHUCA@VA.GOV
(CYNTHIA.MACHUCA@VA.GOV)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Commercial Items General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24920Q0356 Posted Date: August 4, 2020 Original Response Date: Current Response Date: August 18, 2020 at 5:00 p.m. (CST) Product or Service Code: 6540 Set Aside (SDVOSB/VOSB): SDVOSB/VOSB NAICS Code: 339115 Contracting Office Address Tennessee Valley Healthcare System 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 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 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 339115, with a small business size standard of 1000 EMPLOYEES. The Nashville VA Medical Center is seeking to purchase SEVEN (7) HAAG-STREIT BM900 SLIT LAMP WITH LED SLIT ILLUMINATION. This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the Government, Tier 2 offers will then be evaluated. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the Government, then the solicitation will be canceled, and the requirement may or may not be resolicited. All interested companies shall provide Quotations for the following: Line Item Description Quantity Unit Price Total Price 0001 MODEL #BM900 HAAG-STREIT SLIT LAMP WITH LED SLIT ILLUMINATION, BASIC MODEL 7 EA 0002 HAAG-STREIT R900 TONOMETER WITH 2 PRISMS ***(SOAKING/WIPING PRISM WITH ALCOHOL WILL VOID WARRANTY) 7 EA 0003 INSTALLATION IS REQUIRED 1 EA NO REFURBISHED OR GRAY MATERIAL ALLOWED ALL EQUIPMENT MUST BE COVERED BY THE MANUFACTURERS WARRANTY VENDOR MUST BE AN AUTHORIZED DISTRIBUTOR AUTHORIZATION LETTER MUST BE PROVIDED AT TIME OF BID Delivery shall be provided NO LATER THAN DECEMBER 31, 2020. 52.247-34, F.O.B Destination [NOV 1991]. Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor ""meeting or exceeding the requirement . Basis of Award I. BASIS FOR AWARD - Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low-priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary, this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made, and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) depending on set-aside assigned. Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical Name brand or equal as per salient features and characteristics outlined in description above. If offering or equal the specifications must be supplied with offer. Offers will be evaluated against the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: ""Lowest Price, Technically Acceptable"" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. 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] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] 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. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219.14 Limitations on Subcontracting [JAN 2017] 52.219-28 Post Award Small Business Program Representation [JUL 2013] 52.222-3 Convict Labor [JUN 2003] 52.222-19 Child Labor [OCT 2016] 52.222-21 Prohibition of Segregated Facilities [APR 2015] 52.222-26 Equal Opportunity [SEP 2016] 52.222-35 Equal Opportunity for Veterans [OCT 2015] 52.222-36 Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37 Employment Reports on Veterans [FEB 2016] 52.222-5 Combating Trafficking in Persons [MAR 2015] 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-1 Buy American Supplies [MAY 2014] 52.225-13 Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33 Payment by Electronic Funds Transfer System for Award Management [JUL 2013] 52.225-2 BUY AMERICAN CERTIFICATE (MAY 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of ""domestic end product."" The terms ""commercially available off-the-shelf (COTS) item,"" ""component,"" ""domestic end product,"" ""end product,"" ""foreign end product,"" and ""United States"" are defined in the clause of this solicitation entitled ""Buy American Supplies."" (b) Foreign End Products: Line Item No. Country of Origin (List as necessary) (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Additional Clauses Required: 852.211-70 Service Data Manuals [NOV 1984] 852.273-74 Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Solicitation with Buy American Certificate Completed Bid Offer (pricing) for All Items Listed Brand Name or Equal Description Matching Required Items. Include statement below in message, highlighted/circled in this form, etc. This is an open-market combined synopsis/solicitation for products as defined herein.  The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers 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:"" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 5:00 P.M. (CST) AUGUST 18, 2020. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24920Q0356 SLIT LAMP . Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/edcc45dd02d04806a2b8f93577db5f2b/view)
 
Record
SN05744951-F 20200806/200804230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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