Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
MODIFICATION

65 -- 678 Topcon NW-6 retinal/fundus camera TRC-NW8

Notice Date
8/1/2022 3:46:17 PM
 
Notice Type
Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1122
 
Response Due
8/12/2022 9:00:00 AM
 
Archive Date
11/10/2022
 
Point of Contact
April Graves, Contract Specialist
 
E-Mail Address
April.Graves@va.gov
(April.Graves@va.gov)
 
Awardee
null
 
Description
?.## The following is incorporated into 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS: (vi) The US Government, Veterans Affairs (VA) seeks to make a procurement for Welch Allyn Connex® Spot Monitor and Accessories for the Long Beach VA Health Care System. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristics specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. ?.## Salient Characteristics The Tucson VAHCS is seeking a brand name or equal to Topcon TRC0NW8F Plus Non-Mydriatic Camera, Includes NW8F Plus Camera, Auto Flour Filer IMAGEnet5, All-in-one PC, Nikon Camera and Table (no FA) Salient Characteristics described meet the specific brand/model TRC-NW8 being requested: (see the 7 points below; any procurement must meet these specifications) Must have Joystick driven and compact to fit on our existing rotary equipment table (same size as TRC-NW6) Must have non-mydriatic (as small as 3.3mm pupil) true 30- or 45-degree color photography obtained in one quick capture Must have autofocus with the ability to manually override Must have internal and corresponding external, customizable fixation targets Must have diopter compensation of -33D to +40D to enable photography on eyes w/extreme refractive error Must have high resolution imaging w/accurate color rendition Must be DICOM compatible ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Period of Performance/Delivery Timeframe: Deliver items and provide training no later than 30 days from the award date. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. ?.## FAR 52.212-1 Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Friday, August 12, 2022, 9:00 AM PST. Ensure to reference solicitation number 36C26222Q1122_1 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered late and will not be considered for award. Quotes shall be sent by email to April Graves at April.Graves@va.gov Reference the Solicitation Number in the email subject line and on the quote. Quoters shall submit all questions in writing via email no later three (3) business days prior to solicitation closing date and time listed on the SF-1449 to April graves@va.gov. Use Following format and submit quote as one (1) document. Quoters shall include the following on the Title page: Solicitation Number/ Description Company name Address Point of contact Phone and email DUNS number Type of business, large or small: e.g. Services Disabled Veteran Owned Small Business, Veteran Owned Small Business Contents: Signed Standard Form SF-1449. Quoters shall provide pricing on line items in Section B.3 Price/Cost Schedule. Quoters shall not include price information anywhere else in their quote. Signed Amendments (If applicable) Quoters shall submit acknowledgement of any and all amendments to solicitation. Quoters are encouraged to monitor the Contract Opportunities website at https://beta.sam.gov with respect to this solicitation. Any amendments to this Solicitation will be posted on that website. Capabilities Statement Quoter shall submit proposed product and outline how product meets or exceeds salient characteristics required as outlined in the statement of work. Quoter shall submit a detailed narrative describing their knowledge and technical capability to successfully provide and service the equipment listed in the Statement of Work. At minimum, this should address the quoter s knowledge and capability to provide all preventative maintenance, repair services as outlined in the Statement of Work, and ability to meet service call response times. Provide a narrative detailing how quoter shall meet Service Call specification outlined the Statement of Work. Authorized Distributor Letter (ADL) Any suppliers, distributors and/or resellers who participate in this solicitation, must be authorized to provide the supplies by the Original Equipment Manufacturer (OEM). An Authorized Distributor Letter (ADL) from the manufacturer shall be included with your response to be considered for award. If the potential Authorized Supplier is not the OEM, the Authorized Supplier must provide an Authorized Distributor Letter from the OEM signed within the last 90 days. The letter must either state specific product(s) quoted or that the quoter is an authorized distributor for all of the manufacturer s products. This letter must be on the manufacturer s letterhead and contain the signature of an authorized official for the manufacturer. Quoters may not be considered for award if required information outlined above is missing or omitted. ?.## 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical (2)Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical Capability: The quotation will be evaluated to the extent to which it can meet the Government s requirements as outlined in the solicitation based on the information requested in the instructions to quoters section of the solicitation, FAR 52.212-1 Instructions to Offerors-Commercial Items: Quoters will be evaluated based on the following: Acceptability of product which meets or exceeds salient characteristics as outlined in Section B. Certifications, proof of training and or resume which demonstrates knowledge and technical capability to successfully service the equipment detailed in section 3 of the statement of work Verifiable Authorized Distributor Letter (ADL) Price. Quoters shall submit their Price using the Schedule of Services in Section B Price/Cost Schedule of this RFQ. The Government will evaluate the price by adding the total of all line items and evaluating that sum for the lowest price.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78157ab13e8c4dfd969fb7aa82c59d94/view)
 
Record
SN06408632-F 20220803/220801230125 (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.