SOLICITATION NOTICE
65 -- Ophthalmic Lanes Equipment
- Notice Date
- 8/29/2022 9:10:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q1059
- Response Due
- 9/13/2022 2:00:00 PM
- Archive Date
- 11/12/2022
- Point of Contact
- Jeffrey Rozema, Contracting Officer, Phone: 269-966-5600 x36450
- E-Mail Address
-
jeffrey.rozema@va.gov
(jeffrey.rozema@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items Battle Creek VA Medical Center Ophthalmic Lanes Equipment 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 effective August 10, 2022. This solicitation is set-aside 100% for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, with a small business size standard of 1,000 Employees. The Federal Supply Code (FSC) is 6540 Ophthalmic Instruments, Equipment, and Supplies. The Department of Veterans Affairs, Network Contracting Office 10, 5500 Armstrong Road, Battle Creek, MI 49037 is seeking to purchase ophthalmic lanes equipment under a firm-fixed price purchase order for the Battle Creek VA Medical Center, Blind & Low Vision Clinic, Bldg. 3, 5500 Armstrong Road, Battle Creek, MI 49037. This procurement is for the replacement of equipment in 7 ophthalmology lanes in the Blind & Low Vision Clinic and includes removal and transportation off premises of existing equipment, delivery, installation, and calibration of new equipment, and on-site training. All interested and qualified companies shall provide quotations for the following ophthalmic equipment. Equipment can be brand-name or equal; make/models are listed as a basis of design. The minimum technical requirements are listed below each piece of equipment. Existing equipment to be replaced is also listed; trade-in credit for existing equipment is encouraged. Supplies/Services 1. Reliance FX920 Black Power Tilt Chairs with optional #301 Cushion Set; Quantity: 7 Each Memory positioning switch to pre-select the chair s most used position Auto return button returns the chair to the upright position Power base and top including dual controls with finger switches and corded foot switch to manipulate the chair position Square base Membrane switches and rotation locks to control all chair operations from a sitting or standing position Safety switch to prevent patients from operating the chair by disabling side and footswitches. Armrests lock in place Release mechanism allows patients to sit or leave from either side of the chair Padded underneath Hydraulic base tested to 600 pounds 2. Topcon CV5000S/Power supply/KB-50S, with optional PC-50S LCD Acuity Chart for DVI; Quantity: 7 Each Single-dial controller Integrated data transfer from pre-test instruments to export exam data to most EMR systems Up to 13 feet of safe operation distance High-speed lens disc rotation Color-coded simultaneous cross cylinder Refraction programs and onscreen technician scripts Built-in patient education software Small optical head requiring minimal space Integrated M&S Technologies software and visual acuity charts 3. Haag-Streit BI-900 Slit lamp Unit Model with LED and Power Supply; Quantity: 7 Each Convergent optics Two magnifications, 10x and 16x Yellow barrier filter built-in Imaging capable feature Integrated yellow barrier filter for fluorescein applications. Joystick operation from control panel that controls slit lamp illumination, release bar for camera and camera settings. Compact Imaging Set that integrates with the slit lamp allowing the images to be accessed remotely 4. Haag-Streit Applanation Tonometer for 900BI/BC/BD/BMV; Quantity: 7 Each Applanation Tonometer AT 900 for BC/BD/BI slit lamps fastened to a microscope on a mounting base that swivels in front of the microscope Applanated surface observation conducted monocularly through a left eyepiece 5. Heine Omega 600 Binocular Indirect Ophthalmoscope Kit with 7 Wall Charger Sets; Quantity: 7 Each Adjustable light from 3-100% and up to 245% for cataract examinations Stereoscopic 3D imaging for any pupil size and peripheral views Yellow, blue, and red filters Non-reflective front glass Lithium polymer battery with an operating time for up to 8 hours Intuitive locking of the optics unit Faux leather padding Cable-free design Easy disinfecting 6. Topcon KR1 Auto-Refractor; Quantity: 1 Each Right and left automated measurement Adjustable control panel 360° rotatable monitor Color touch panel Optical head and headrest with a compact body Rotary Prism measuring system 7. Bluetooth Connection Kit TP-13356K; Quantity: 2 Each Bluetooth Adapter Connection Kit for CV5000S List of Equipment for Trade-In 1. 7000 Chair LB LV (S/N: 070025B0312023, 070025C0615040); Quantity: 2 Each Reliance 7000 chair with power hydraulic up/down and an electric recline/auto return. Full power articulating examination chair that reclines to a nearly flat position 2. FX920L Power Tilt Chair (S/N: 092052B1012057, 93060103014, 092052B1012060, 092052B1012072, 93099802031); Quantity: 5 Each Reliance FX 920 Chair is a fully powered tilt examination chair for compact spaces with memory programming 3. Omega 500 Unplugged/EN50 1 Bat (S/N: 1256771); Quantity: 1 Each Lightweight headband featuring light intensity controls and right or left sided mounting options 4. Phoroptor (Minus Cyl) Gen B. (S/N: 58502-1013, 51450-0808, 21007-4, 37528-01, UNREADABLE, UNREADABLE); Quantity: 6 Each Lens position and power verified by auto-indexing and PC-based lensmeter with a geared rotary prism and must be constructed of corrosion-resistant materials with no plastic 5. 900 BM Unit Model Used Gen. B (S/N: U90036894); Quantity: 1 Each Convergent optics with two magnifications of 10x and 16x and bright LED powered slit 6. 900 BM Unit Model Used Gen. C (S/N: 02604); Quantity: 1 Each Convergent optics with two magnifications of 10x and 16x and bright LED powered slit 7. 900 BM Unit Model Used Gen. D (S/N: 10493, 03346, 16498); Quantity: 3 Each Convergent optics with two magnifications of 10x and 16x and bright LED powered slit 8. 900BQ Slit Lamp LED (S/N: 06856); Quantity: 1 Each Galilean Microscope with a magnification range from 6.3 × up to 40 × selectable in 5 fixed steps and LED illumination 9. 7720 Stand w/o Console (S/N: 72050103042); Quantity: 1 Each Easy access to patients and compatible with examination chairs. Includes a tray area, a heavy-duty scuff pad on the front of the base casting, and chair controls 10. 7800 Stand w/ Console (S/N: 109803C0612098); Quantity: 1 Each Has instrument wells, counterbalanced slit lamp arm, and a locking mechanism under the slit lamp arm that can be counterbalanced for instruments weighing between 12 and 60 lbs. Includes console with switches for chart projector and control examination chair adjustments, and automatically returns the chair to upright position. 11. 7900 Stand Wheelchair w/o Console (S/N: 790000J0615055, 790000G0812011, 790000G0812008, 790000G0712066); Quantity: 4 Each Slit Lamp Arm adjusts for instruments weighing between 12 and 60 lbs. and includes upper refractor arm and a single lock phoropter arm with 20 lb. capacity 12. 900 Tonometer (S/N: 900.4.2.78581, 44988, R90047576, NA, 06422); Quantity: 5 Each Slit lamp mounted and can be pivoted away when not in use. Designed for use with tower-style illumination slit lamps. 13. Tonometer BQ Style (S/N: 39287); Quantity: 1 Each Applanation Tonometer for Haag-Streit BQ and BP slit lamps with one working position and two resting positions Warranty and Installation/Service Professional Installation, Trade-In Removal, Calibration and On-Site Training must be prearranged and performed by the vendor onsite Monday Friday, 8:00am 4:30pm and subject to availability with consideration to creating the least possible impact to ongoing patient care. The products purchased are to be warranted against defective materials and workmanship for the period described in the warranty provided with each product. Products, or parts will be repaired or replaced as required at the vendor s option. Such repair or replacement will be the sole remedy under the warranty. Warranty claims will be honored with consideration of each equipment manufacturer s warranty policies and their performance periods unless extended by the vendor. Claims covered by this warranty will be honored when presented within one (1) month from discovery of a defect. Delivery shall be provided FOB Destination. Place of Delivery Address: Department of Veterans Affairs Battle Creek VA Medical Center Warehouse 5600 W. Dickman Road Battle Creek, MI Postal Code: 49037 Country: United States The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021) with the following addendum: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.211-6, BRAND NAME OR EQUAL (AUG 1999) 52.214-21, DESCRIPTIVE LITERATURE (APR 2002) FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. 52.212-2, EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Addendum to 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: Price (to include any trade-in credit for existing equipment) Technical features/capability above and beyond the minimum requirements Speed of delivery 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: Price: The Government will evaluate the price by adding the total of all line item prices. The Government will evaluate and take into consideration whether the quoter is offering trade-in credit for some or all of the existing equipment, and the credit amount being offered by the quoter. Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Speed of Delivery: The Government will evaluate and take into consideration how quickly the quoter can deliver and install the new equipment to the location specified in the solicitation. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2021) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/portal 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 (NOV 2021) with the following addenda: VAAR 852.212-70, PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203 70, Commercial Advertising 852.232 72, Electronic Submission of Payment Requests 852.246 71, Rejected Goods VAAR 852.242-71, ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.247-73, PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) (DEVIATION AUG 2020) 852.212-71, GRAY MARKET ITEMS (APR 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2022) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219 28, Post-Award Small Business Program Rerepresentation (SEP 2021) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2022) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222 35, Equal Opportunity for Veterans (JUN 2020) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222 37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American Supplies (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) All quoters shall submit the following: (1) pricing for new equipment (to include trade-in credit for existing equipment if applicable, (2) product information, to include any optional equipment included, in sufficient detail to determine the proposed product meets or exceeds the minimum specifications, (3) estimated time for delivery and installation after receipt of order, and (4) documentation verifying vendor is an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment. All quotes shall be sent to the Contracting Officer, Jeffrey Rozema, via email at jeffrey.rozema@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price (to include any trade-in credit for existing equipment) Technical features/capability above and beyond the minimum requirements Speed of delivery The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. In accordance with VAAR 852.212-71, vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment, verified by an authorization letter or other documentation from the OEM. Submission of your response shall be received not later than 5:00 PM Eastern Time, Tuesday, September 13, 2022 by email at jeffrey.rozema@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Point of contact for this solicitation is Jeffrey Rozema, Contracting Officer, email: jeffrey.rozema@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5a30e0a2b1d49328eec7ea648574d70/view)
- Place of Performance
- Address: Department of Veterans Affairs Battle Creek VA Medical Center Blind & Low Vision Clinic, Bldg 3 5500 Armstrong Road, Battle Creek 49037, USA
- Zip Code: 49037
- Country: USA
- Zip Code: 49037
- Record
- SN06445067-F 20220831/220829230132 (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 |