MODIFICATION
65 -- LENS ANALYZER SYSTEM
- Notice Date
- 8/29/2005
- Notice Type
- Modification
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-05-T-0089
- Response Due
- 9/7/2005
- Archive Date
- 9/22/2005
- Point of Contact
- Debra Sykes, Contract Specialist, Phone 301-619-0300, Fax 301-619-2473,
- E-Mail Address
-
dasykes@nmlc.med.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for quote number is N62645-05-T-0089. Provisions and clauses in effect through Federal Acquisition Circular 2005-04 are incorporated. NAICS 423450. The Naval Medical Logistics Command intends to negotiate (IAW FAR 6.302-1) with Altos Federal Group Inc., 4829 16th Street NW, Washington , DC, 2001-4332 as the only source that can provide Lens Analyzer System. 1) SALIENT CHARACTERISTICS: The system should have automatic distance, measurement, PAL detection, automatic right/left lens detection. It should have help menus to enable the operator to obtain accurate lens prescriptions. The system should accurately transmit prescription data via communication ports. Must have software with routine updates that keep the lens analyzer current for use with the newest lens materials as well as new software applicatons. 2) REGULATORY REQUIREMENTS: The Lens Analyzer System and all of it’s components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver a medical product for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. 3) SYSTEM REQUIREMENTS: Lens Analyzer System with Integrated Spectrometer (SPEXAN), Printer (Model LA 360), 58MM thermal paper roll, Service Manual, and Maintenance Manual. Quantities required: Six (6) of each item. 4) EVALUATION FACTORS: Technical proposals must include sufficiently detailed information to enable evaluation based on the four (4) factors listed below in order of decreasing priority: 1.) Equipment Factors: Maintenance and Repair; 2.) Human Factors: a.) Simplicity, b.) Ease of Use; 3.) Service: a.) Warranty, b.) Parts Availability, c.) Cost of Parts, d.) Serviceability, and 4.) Instruction Materials: a.) Operator’s Manual, and b.) Maintenance Manual. 5) SHIPPING INFORMATION: The items are to be shipped to the following locations in the quantities specified: Fort Knox Optical Lab, Log Division, US Medical Depot Activity, Bldg. 1022, 192nd Armor Tank BN Road, Fort Knox, KY 40121-5520, Two (2) of each item; Naval Hospital Optical Support Unit, HPO1 Boone Road, C/04482, Bremerton, WA 98312-1898, Two (2) of each item; Optometry Department, Bldg 13129 14th Street, Camp Pendleton, CA 92055, One (1) of each item; Brooke Optical Lab, 15th & parker Road, Bldg. 4196, MCHE-LOO, Fort Sam Houston, TX 78234-6000, One (1) of each item. 6) PROPOSAL REQUIREMENTS: (1) A document addressing compliance of the SALIENT CHARACTERISTICS. This document shall be in sufficient detail to show compliance with all items specified. In the event of a "no concur" an explanation must be provided to support. (2) Any brochures, technical or product literature to support the items offered. (3) For past performance, provide dates of contracts or purchase orders, both Government and commercial, for the systems sold commercially (minimum of 3 different locations) within the past 3 year period as follows: Name, address, POC and telephone number of the organization; contract or purchase order number and dollar value; date of contract or purchase order. Contract award will be based on 1) Determination of technical acceptability of items offered, and 2) Determination of low price. Companies must be registered in CCR; provide DUNS number; Cage Code and TIN. Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision include FAR 52.247-34, F.o.b. Destination; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. See numbered note number 22. Proposals shall be submitted by email only to Debra Walker-Sykes at dasykes@nmlc.med.navy.mil. Proposals are due by 4 p.m. on 18 August 05. Any questions must be addressed to Debra Walker-Sykes by email only, by 1 p.m. on 16 August 05. No phone calls accepted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/BUMED/N62645/N62645-05-T-0089/listing.html)
- Place of Performance
- Address: See Body of Announcement
- Record
- SN00882243-F 20050831/050829213054 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |