Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

65 -- Activation: CB EQ045 – Ophthalmic Microscope (VA-17-084838) - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0433
 
Response Due
4/28/2017
 
Archive Date
6/27/2017
 
Point of Contact
Seth Mercil
 
Small Business Set-Aside
N/A
 
Description
RFQ VA259-17-Q-0433: Activation: CB EQ045 Ophthalmic Microscope This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. This is a Request for Quote (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This solicitation is a 100% set-aside for Veteran Owned Small Businesses. Department of Veterans Affairs, Network Contracting Office 19, is soliciting offers from Veteran Owned Small Businesses (VOSBs) to supply the Aurora, Colorado VA Medical Center with a new Ophthalmic Microscope. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. Solicitation and evaluation of offers are to be in accordance with (IAW) VAAR 852.211-73 and FAR 52.211-6: Brand Name or Equal. Offers are to be provided to seth.mercil@va.gov no later than 5:00pm EST Monday, May 29th 2017. CLIN DESCRIPTION PRODUCT # QUANTITY UNIT UNIT PRICE AMOUNT 0001 Ophthalmic Microscope See Below 1 EA REQUIREMENTS (BRAND NAME OR EQUAL TO): Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed below; Salient Characteristics: Purpose The purpose of this requirement is to deliver and install package CB EQ045 Ophthalmic Microscope as part of the initial outfitting of the newly constructed VA Eastern Colorado Health Care System, Replacement Facility located at 1700 N. Wheeling Street, Aurora, CO 80045. Scope The Contractor shall deliver and install all items listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. 2.4 The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 Salient Characteristics Microscope, Ophthalmic (JSN U4352) Quantity: 1 Leica, Model M620 F20 or equal Specifications/Salient Characteristics: An all-around surgical microscope for ophthalmology for anterior segment surgery. The surgical microscope needs to provide the surgeon with natural color, outstanding depth of focus and high contrast for maximum detail recognition. The surgical microscope needs to operate on lower degree of illumination, thus providing better patient safety, plus have quality and precision needed in today s ophthalmic surgical procedures. The homogeneous illumination needs to produce crisp images even at low light levels. The surgical microscope s stand needs to be highly maneuverable and easy to set up. Requested feature includes: Intuitive controls for light intensity, focus, zoom, and XY speed. Auto Reset Rotatable Beamsplitter Support large range of binoculars Magnification charger 6.1 zoom, motorized, adjustable speed Focusing Motorized, 50mm, adjustable speed, with automatic reset Eyepieces Widefield eyepieces to accommodate for glasses (8.33x, 10 x and 12.5x, diopter adjustment +/- 5 with adjustable eyecup. Illumination Homogenous, coaxial illumination, Integrated Red Reflex illumination, light intensity adjustable via control unit and/or footswitch jalousie. Inclining mechanism +/- 5 degree manual fine adjustment, sterile operation XY-unit Positioning range 50 mm in X and Y direction; Adjustable speed, reset button, automatic reset at power on. Control Unit Multifunction display for brightness, magnification, reset and user selection, adjusting the speed drive, individual user programming. Auto Reset. Footswitch Approximate Dimensions: 608mm W x 608mm D (with extension up to 1444 mm) x 1902mm H Power Requirements 120VAC, 60 HZ, 250 VA Accessories/Configuration Options: Basic System M620 Set Optics carrier, focus, tilt M620 XY unit F20 Stand system for M620 Power Cable, 5m, North America Dust Cover Wireless Footswitch 14-function Type B Objective APO WD=200mm M50X, M620 Clip-on handle Transparent knob cover Drive knob cover, binoc. Tube T Binocular tube inclinable 5..25 degree with PH Eyepiece f. spect w s 10x/21B, type II Lateral Observer Stereo attachment for second observer Beamsplitter M500 50/50% Incliner binocular tube, T, type II Eyepiece f. spect w s 10x/21B, type II Drive knob cover, binoc, tube T Documentation System Zoom video adapter HD C100 no USB all mics except OH4/5/F50 Video Control Unit Holder M620 F/CT/CM18 Certification of Installation Clip on handle and mount (set) for M620 DELIVERY AND INSTALLATION Coordination: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The On-Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: No earlier than 13 May 2017, no later than 12 June 2017 Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.1 Coordination). The Contractor shall contact the On-Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufactures s name marked thereon. Deliveries shall be marked with the PO and contract number. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install will be disclosed upon award. INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Contractor shall install, test and certify the product functions with the manufacturer s specifications. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. The Contractor shall confirm site safety requirements with the On-Site Point of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. If the requirements in sections 2.7.1, 2.7.2 and 2.7.3 are not adhered to the delivery will be rejected and be rescheduled at Contractors expense. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation, Maintenance Manuals and Training Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. Eight hours of on-site clinical training, not to exceed two sessions, for four Ophthalmologist and three technicians. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors.. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. Acceptance: Equipment once delivered will be inspected by the VA for completeness of order and for any damage/defect to the equipment before full payment will be released. SAM Requirement: This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial, Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Literature that provides details of how the Contractor's Equipment meets the required salient characteristics (2) Price. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. All Items being solicited (Products and/or Receivables as appropriate) must be of New Manufacture; New Equipment ONLY. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Any award made as a result of this solicitation will be made on an All or Nothing Basis. SDVOSB Offerors must be verified in VIP: https://www.vip.vetbiz.gov/. Unverified SDVOSBs will be considered non-responsive. 52.212-2, Evaluation--Commercial Items, The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the technical quote of the lowest priced Offeror only. If the lowest priced Offeror s technical quote is determined to be rated as Acceptable, the Government may make award to that Offeror without further reviews of the remaining Offerors technical quotes. If the lowest priced Offeror s technical quote is determined to be rated as Unacceptable, then the Government may review the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be rated as Acceptable. The government reserves the right to award without discussions. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02); 52.204-7, System for Award Management; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors- Commercial Items; 52.219-1, Small Business Programs Representations (Oct 2014); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR Clauses are to be incorporated by reference: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02); 52.212-4, Contract Terms and Conditions--Commercial Items; 52.204-18, Commercial and Government Entity Code Maintenance; 52.247-34, F.O.B. Destination The following VAAR Clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.211-70, Service Data Manuals, Mechanical Equipment; 852.211-73, Brand Name or Equal; 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection 852.246-70, Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacturers Commercial Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0433/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0433 VA259-17-Q-0433_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527698&FileName=VA259-17-Q-0433-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527698&FileName=VA259-17-Q-0433-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Eastern Colorado Health Care System;1700 N. Wheeling Street;Aurora, CO
Zip Code: 80045
 
Record
SN04522919-W 20170527/170526001315-772533efed0efe103b8191168a099415 (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.