Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOURCES SOUGHT

65 -- NX EQ Ophthalmology Exam Chairs and Instrument Stands (VA-24-00043130)

Notice Date
2/6/2024 11:59:17 AM
 
Notice Type
Sources Sought
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G24Q0072
 
Response Due
2/14/2024 11:00:00 AM
 
Archive Date
04/14/2024
 
Point of Contact
Lisa Thompson, Contract Specialist, Phone: 720-402-1560
 
E-Mail Address
lisa.thompson10@va.gov
(lisa.thompson10@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 7 of 7 Sources Sought Notice Sources Sought Notice Page 1 of 5 REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the Ophthalmology Exam Chair and Instrument Stands product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition, and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) by the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The period of performance will consist of a base of 12 months with four 12-month option periods from the date of award. The SAC in conjunction with VHA is seeking a qualified source to manufacture Ophthalmology Exam Chair and Instrument Stands on an agency-wide basis. VA intends to award a Brand Name or Equal (BNOE) single award Requirements contract for this requirement IAW with FAR 16.503. Vendors will be required to deliver Ophthalmology Exam Chairs and Instrument Stands to VA medical centers and facilities throughout the United States. The associated North American Industrial Classification System (NAICS) code for this procurement is 339115 Ophthalmic Goods Manufacturing and the associated size standard is 1000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM before submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Veteran Small Business Certification (VetCert) database, at https://veterans.certify.sba.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Ophthalmology Exam Chairs and Instrument Stands are a full power articulating examination chair suite suitable for routine practice and minor procedures. The chair can recline to a nearly flat position and has an adjustable surgical headrest. Most chairs are dual-sided operations, which allows practitioners to control the chair from either side while maintaining patient contact. The upholstered armrests and a large, hinged footrest add to patient stability and comfort. The chair also comes with a surgical headrest that facilitates eye examination and other eye procedures. The ophthalmic equipment stands are specifically designed to hold several ophthalmic testing devices, to enhance the overall eye care experience of patients while ensuring a consistent and simple ease of use for medical practitioners. Ophthalmology chair and stand units provide an integrated eye care lane that includes both the chair and the stand. VA estimates the following quantities during the 60-month ordering period: Vendors who propose brands that meet all the salient characteristics (SCs) below should provide that information in the chart below in their response to this Sources Sought Notice. CLIN S MANUFACTURERS PART NUMBERS DESCRIPTION BASE YEAR OPTION YEAR ONE OPTION YEAR TWO OPTION YEAR THREE OPTION YEAR FOUR 0001 Reliance 070025 Dual-Purpose Exam Chair with Headrest (Specify Base [Low or High] and Upholstery Color) 50 50 50 50 50 0001a Reliance NA Low Base 0 0 0 0 0 0001b Reliance NA High Base 0 0 0 0 0 0001c Reliance 301 Black Upholstery 0 0 0 0 0 0001d Reliance 302 Navy Upholstery 0 0 0 0 0 0001e Reliance 304 Burgundy Upholstery 0 0 0 0 0 0001f Reliance 104 Chocolate Upholstery 0 0 0 0 0 0001g Reliance 205 Colonial Blue Upholstery 0 0 0 0 0 0001h Reliance 206 Charcoal Upholstery 0 0 0 0 0 0001i Reliance No18 Headrest; Concave Fully Adjustable 10 10 10 10 10 0002 Reliance 940002 Reliance 940 Chair Glide 25 25 24 23 23 0003 Reliance 942000 Reliance 942 Chair Glide 25 25 24 23 23 0004 Reliance 7900IC/WC Instrument Stand with Instrument Console and Wheelchair Accessibility 50 50 48 46 46 0005 Reliance 538011 7900 Instrument Stand Auxiliary Arm 50 50 48 46 46 The Department of Veterans Affairs (VA) is seeking vendors who can provide Reliance 7000® and the Reliance 7900® or equal Ophthalmology Exam Chair and Instrument Stands or equal as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products that they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. The following SCs apply to CLIN 0001, Exam Chair. SC # SALIENT CHARACTERISTICS SC 1 Chairs: Exam/Treatment: Ophthalmology must control chair movement and position (elevate (raise, lower, recline). SC 2 Chairs: Exam/Treatment: Ophthalmology must have a foot switch/pedal. SC 3 Chairs: Exam/Treatment: The chair must have armrests. SC 4 Chairs: Exam/Treatment: The chair must include a headrest. SC 5 Chairs: Exam/Treatment: The chair must be capable of reclining to a flat position. SC 6 Chairs: Exam/Treatment: The chair must include a powered hydraulic lift system. The following SCs apply to CLIN 0004, Instrument Stand. SC # SALIENT CHARACTERISTICS SC 7 Exam/Treatment Stands: The stand must be wheelchair accessible. SC 8 Exam/Treatment Stands: The stand must be available with recharging wells. SC 9 Exam/Treatment Stands: The stand must include an overhead light. SC 10 Exam/Treatment Stands: The arm must have a range of 10"" or more refractor arm movement. SC 11 Exam/Treatment Stands: Ophthalmology must have an adjustable lower arm (for mounting a slit lamp). SC 12 Exam/Treatment Stands: Ophthalmology must include an integrated control panel with switches that electrically control multiple elements within the eye lane including, but not limited to, room lights, overhead light, and chair elevation. This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the quoter to indicate that each product being offered is an equal product to the Reliance 7000® and the Reliance 7900® or equal Ophthalmology Exam Chair and Instrument Stands. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The quoter must also clearly identify the item by brand name (if any) and make/model number. Finally, the quoter must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Responses to this Sources Sought Notice shall include the following: Full name and address of the company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If the distributor provides the full name, business size, and address of the manufacturer. Country of Origin designation for all products. Ability to provide an uninterrupted supply of products on a national scale. Technical Literature that clearly shows the product(s) meet the identified salient characteristics (if submitting an or-equal item). Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. All small business, VOSB, and SDVOSB distributors shall provide a valid letter of authorization from the manufacturer of the product/brand that you intend to offer. The letter shall be printed on the manufacturer s letterhead and be no older than 6 months old. The letter shall also clearly state how long your agreement is in place with the manufacturer, e.g., 6 months, 4 years, expires 4 years from XXX, end of 2025, etc. The letter shall also be signed by a legally, authorized representative of the manufacturer. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7984acaeb844b5ca4d6a37e4d676a88/view)
 
Place of Performance
Address: USA and all of its territories
 
Record
SN06957259-F 20240208/240206230052 (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.