MODIFICATION
65 -- HFA 750i Field Analyzer
- Notice Date
- 9/14/2010
- Notice Type
- Modification/Amendment
- NAICS
- 423460
— Ophthalmic Goods Merchant Wholesalers
- Contracting Office
- Department of Veteran Affairs;Aleda E. Lutz Medical Center (90C);1500 Weiss Street;Saginaw MI 48602
- ZIP Code
- 48602
- Solicitation Number
- VA25110RQ0358
- Response Due
- 9/21/2010
- Archive Date
- 11/13/2010
- Point of Contact
- Calynda Baines
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-251-10-RQ-0358 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for one (1) HFA 750i/Humphrey Field Analyzer as described in requirements below. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 423460; the business standard size is 100 employees. This procurement is full and open competition. The Aleda E. Lutz (VAMC), 1500 Weiss Street, Saginaw, MI 48602, is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. The Acquisition Department is a service division of the Aleda E. Lutz Medical Facility. PRICING: Offeror shall provide pricing for 750i/Humphrey Field Analyzer as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEM: One (1) 750i Humphrey Field Analyzer LLi to include: 4.2 GPA Software SITA-SWAP HFA NetPro Table and Printer Two (2) Operator and Maintenance Manuals One (1) Year Warranty on all products Except Lasers which have a two (2) Year Warranty Installation Training PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers. (1) Lowest Price Technically Acceptable. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. Quote for each line item, including but not limited to the requirements listed above. Technical acceptance is significantly more important than price. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: As indicated, standard warranty applies. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Calynda C. Baines, Contract Specialist by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 4pm on September 21, 2010. Technical questions must be sent by email to calynda.baines3@va.gov no later than September 21, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC655/SaVAMC655/VA25110RQ0358/listing.html)
- Record
- SN02280728-W 20100916/100914235455-58004afaac0c74c8cbaa3d71ad535348 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |