DOCUMENT
65 -- Eye Surgery Micro Instruments - Attachment
- Notice Date
- 7/26/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- VA25917Q0869
- Response Due
- 7/27/2017
- Archive Date
- 9/25/2017
- Point of Contact
- Jack Huckleby
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 issued and effective January 13th, 2017. This solicitation, VA259-17-Q-0869, is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 339112 (Surgical and medical instrument manufacturing). This RFQ is being issued as a Service Disabled Veteran Owned Small Business (SDVOSB)set-aside, under NAICS Code 339112, SBA Small Business Size Standard of 1000 employees. Any Award Made as a Result of this Solicitation Will Obligate the Vendor to Complete All Requirements Listed in This Solicitation. All Items being Solicited (Products and/or Receivables as appropriate) must be of New Manufacture; No Remanufactured or Grey Market items allowed. FAR 52.212-4 applies to all Solicitations and Awards. Department of Veterans Affairs, VISN 19, Eastern Colorado Health Care System (ECHCS) Ft Harrison VA Hospital is seeking a quote for the Eye Surgery Micro Instruments, listed below or an equal product. Quotes must provide a specifications document, containing specifications showing that the products to be provided meet all requirements in the Statement of need document. 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. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable proposal with the lowest evaluated price. Line Item Number Item Manufacturer Part Number Item Description Quantity 0001 Bausch & Lomb E1815 AK US FCP KELMAN-MCPHER 8MM ANG JAW (or equal product) 5 0002 Bausch & Lomb E1885 FORCEPS TYING MAX FINE (or equal product) 5 0003 Bausch & Lomb E2002 R UTRATA CAPSULORHEXIS FORCEPS (or equal product) 5 0004 Bausch & Lomb E0571 LESTER LENS MANIPULATOR (or equal product) 10 0005 Bausch & Lomb E0489 CPT CYCLO DBL END CASVJO1/2MM (or equal product) 5 0006 Bausch & Lomb E4922 CAN BISHP-HRMN B-D HUB TIP OY (or equal product) 5 0007 Bausch & Lomb E3347 SCS IRIS MCPHRSN VANAS CVD MIN (or equal product) 5 0008 Bausch & Lomb E0578 L NAGAHARA PHACO-CHOPPER-LEFT (or equal product) 2 0009 Bausch & Lomb E0712 KOCH PHACO SPATULA (or equal product) 2 0010 Bausch & Lomb ET9020 RING FIX FINE-THORNTON 13MM (or equal product) 2 0011 Bausch & Lomb E1815 S FCP TY-IRIS MCPHER STR SMTH JW (or equal product) 2 0012 Bausch & Lomb 3-203 NH TIT CVD W/O LOCK MEDIUM JAW (or equal product) 7 0013 Bausch & Lomb E7414 TRAY MICRO INSTRUMNT 10.5 X20 (or equal product) 7 General Requirements All work to be coordinated with VA upon award of contract The product delivery and project management shall occur at the below address: VA MONTANA HEALTH CARE SYSTEM 3687 VETERANS DRIVE, PO BOX 1500 FORT HARRISON, MT 59636-9703 Ensure off-loading of truck by contractor, not VA Partial deliveries are not authorized unless otherwise approved by the VA Vendor is responsible for any special handling or storage requirements. 72 hour advance notification to Primary or Alternate Point of Contact (POC) is required prior to delivery: Delivery POC information will be disclosed upon award. Certification of vendors VOSB status must be verifiable in the System for Award Management (SAM) and the Small Business Administration (SBA) to be eligible for award. Acceptance: Contractor's 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 awarded. Commercial Items Terms and Conditions: The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside; Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-10, FOB Destination is in accordance with FAR 52.247-49. FAR 52.204-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34 and 52.247-34 apply. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.219-11, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) 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. If the Government receives offers from two or more responsible Service Disabled Veteran Owned Small Businesses at a fair and reasonable price, offers from other socioeconomic categories will not be considered. If two or more offers at a fair and reasonable price are not received from the highest socioeconomic priority category, offers from the next category will be considered. The order of socioeconomic priority categories is as follows: 1. Service Disabled Veteran Owned Small Business (SDVOSB) 2. Veteran Owned Small Business (VOSB) 3. Small Business (SB) The following factors shall be used to evaluate offers: 1. The offered item(s) shall fully meet the product description as detailed in this solicitation. 2. Price (b) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (c) Definition. For the Department of Veterans Affairs, Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 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. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. In addition, the following information is required for your quote to be considered: -Estimated delivery time (ARO): -Complete company name and address: -Company Point of Contact: -Email -Phone Number: -DUNS Number: All quotes should be valid for 30 days. Submit quotation and all supporting documentation to jack.huckleby@va.gov. Offers are to be provided no later than 2:00 pm (EST) 7/27/2017. Please feel free to contact me if you have any questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0869/listing.html)
- Document(s)
- Attachment
- File Name: VA259-17-Q-0869 VA259-17-Q-0869_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688672&FileName=VA259-17-Q-0869-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688672&FileName=VA259-17-Q-0869-002.docx
- File Name: VA259-17-Q-0869 Attachment 1 - STATEMENT OF NEED.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688673&FileName=VA259-17-Q-0869-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688673&FileName=VA259-17-Q-0869-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-17-Q-0869 VA259-17-Q-0869_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3688672&FileName=VA259-17-Q-0869-002.docx)
- Record
- SN04598433-W 20170728/170726231438-ad293baca2bcb61bca2f5b56503bcd56 (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 |