Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SPECIAL NOTICE

36 -- OP eye equipment - NOI Package

Notice Date
5/5/2017
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIH-OLAO-OD3-NOI201745378
 
Archive Date
5/10/2017
 
Point of Contact
Anita Edwards, Phone: (301)496-6605
 
E-Mail Address
edward1a@od.nih.gov
(edward1a@od.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
package This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, Simplified Acquisitions Procedures. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued. This is a notice of intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested. The National Institutes of Health (NIH), National Eye Institute (NEI) intends to award a firm fixed price purchase order to Metro Vision, 5160 Hacienda Drive, Dublin for the acquisition of the MonCvONE perimeter. The announcement number for this acquisition is NIH-OLAO-OD3-NOI201745378 and is being issued under the authority of FAR Subpart 6.302-1, 10 U.S.C. 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. The anticipated award date May 10, 2017. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated May 18, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334510, which has a size standard of 1,250 employees. The National Institutes of Health, Office of the Director, Office of Logistics and Acquisitions Operations, on the behalf of the National Institutes Eye Institute's Intramural Research Program, intends to procure on a sole source basis from Metro Vision, to support the expanding NEI Intramural Clinical Research Program which will include the following tasks: The proposed vendor, Metro Vision is the only known manufacturer that can provide the system. This is an essential for the continuity of the patient care and electronic equipment for data management based perimeter. This system is essential in the continuing of patient care/clinical research in an ophthalmic research environment. The eye care data management system is essential and must for data analysis and measuring the quantified changes from baseline and rate of change in the diagnosis of ocular disease in patients, in conjunction with other methods of clinical evaluation. - HVM-MonCvONE MonCvONE perimeter - HVM-filtersRB Red (647 nm) and blue (500 nm) dielectric filters for size III and V - HVM-table-large Electric table - HVM-opti Set of large field lenses - Cirrus HD-OCT/Section must measure the following: - PVM-PU Pupillometry - PVM-AO Dark adaptation - ADM-shipment Shipment and delivery (Bethesda) - ADM-installation Onsite installation and training (Bethesda) The purchase order shall not exceed the simplified acquisition threshold. This acquisition is being conducted under the authority of the FAR Subpart 13.106-1(b)(i) allowing the Contracting Officer (CO) to solicit from one source. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Each response should include the following Business Information: a. DUNS. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1 e. Capability Statement This is a fixed-price contract and the FOB term is Origin and Payment Net 30 days. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; and FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. This notice of intent is not a request for competitive quotations; however, the Government will consider responses submitted. Responses must be submitted no later than 10:30 AM Eastern Standard Time (EST), May 9, 2017 to Ms. Anita Edwards via e-mail to Edward1A@od1em1.od.nih.gov. Electronic submission ONLY will be accepted. All information furnished must contain sufficient detail to allow the government to determine if it can meet the above specifications described herein. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please reference the announcement number NIH-OLAO-OD3-NOI201745378 on all correspondence. Requests for information concerning this requirement must be submitted in writing can be E-mailed to Edward1A@od1em1.od.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement via e-mail. Calls will not be accepted Comments to this announcement may be submitted to the Office of Acquisitions, Operations Support, prior to the closing date specified in this announcement, electronically to the attention of Anita Edwards, Contract Specialist, Edward1A@od1em1.od.nih.gov by the due date and time marked in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD3-NOI201745378 /listing.html)
 
Place of Performance
Address: Campus, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04497516-W 20170507/170505234051-5f6548a62e2cf05f1ac9b56617c3ff43 (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 |
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.