DOCUMENT
65 -- Eye Exam Lane Equipment - Attachment
- Notice Date
- 8/9/2018
- 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
- 36C25918Q9729
- Response Due
- 8/17/2018
- Archive Date
- 10/16/2018
- Point of Contact
- Matt Zorch
- E-Mail Address
-
paul.zorch@va.gov
(paul.zorch@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25918Q9729 Eye Exam Lane Equipment 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. * The deadline for all questions is 4:00pm EST, August 13, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Matt Zorch at paul.zorch@va.gov no later than 4:00pm EST, August 17, 2018. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9729. 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) 2005-101 effective July 20th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 employees. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. List of Line Items; Line Item Description Quantity Unit Unit Price Total Price 0001 Reliance FX-920-L Chair, #20 Pearl (Brand Name or Equal) 2 EA 0002 Reliance FX-920 Cushion Set, #206 Charcoal (Brand Name or Equal) 2 EA 0003 Reliance 7800-NC Floor Unit with Wheelchair Modification, #20 Pearl (Brand Name or Equal) 2 EA 0004 Chair Mover, for Chair with Rectangular Base up to 22.5 Wide (Brand Name or Equal) 2 EA 0005 Reliance 5346 Pneumatic Stool, #206 Charcoal (Brand Name or Equal) 2 EA 0006 Haag-Streit 900 BQ LED Slit Lamp, Unit Model (Brand Name or Equal) 2 EA 0007 Haag-Streit BP/BQ/BX Applanation Tonometer (Brand Name or Equal) 2 EA 0008 Keeler Vantage Plus LED Wireless Indirect with Slimline Charging System (Brand Name or Equal) 1 EA 0009 Volk 20D Large Aspheric Lens Clear (50mm) (Brand Name or Equal) 2 EA 0010 Volk 90D Small Aspheric Lens Clear (21.5mm) (Brand Name or Equal) 2 EA 0011 Lomabart Standard Refraction Desk with Console, Right Hand, Requires Prewire, Specify Voltg (Brand Name or Equal) 2 EA 0012 Refraction Desk Prewire Kit (Brand Name or Equal) 2 EA 0013 Lombart Full Diameter Trial Lens Set with Plus Cylinders in Case (Brand Name or Equal) 2 EA 0014 Lombart Metal Trial Frame (Brand Name or Equal) 2 EA 0015 Marco CP-770 Automatic Chart Projector (Brand Name or Equal) 2 EA 0016 Wall Mount for Marco CP-600/670/690/770 (Brand Name or Equal) 2 EA 0017 Front Surface Mirror Set Limestone (12 x 12 ) (Brand Name or Equal) 2 EA 0018 Welch Allyn 18245 Elite Streak Retinoscope (Brand Name or Equal) 2 EA 0019 Welch Allyn 11720 3.5v Halogen Coaxial Opthalmoscope (Brand Name or Equal) 2 EA 0020 Welch Allyn 41100 3.5v Halogen Finnoff Trasilluminator (Brand Name or Equal) 2 EA 0021 Welch Allyn 71670 3.5v NiCad Well Handle (Brand Name or Equal) 6 EA 0022 Horizontal Prism Bar (Brand Name or Equal) 2 EA 0023 Vertical Prism Bar (Brand Name or Equal) 2 EA 0024 S-22 Loose Prism Set (Brand Name or Equal) 2 EA 0025 Ishihara 14 Plate Book Test Chart (Brand Name or Equal) 2 EA 0026 Stereo Fly Test (Brand Name or Equal) 2 EA 0027 Topcon Lm-8E Lensmeter with External Scale (Brand Name or Equal) 2 EA 0028 Snellen Reading Card (Cardboard 4.25 x 6.5 (Brand Name or Equal) 2 EA 0029 Reichert 11635B Plus Cylinder Ultramatix RxMaster Phoroptor Refractor, Black (Brand Name or Equal) 2 EA Grand Total: _____________________ Description of Requirements for the items to be acquired (salient characteristics); Background The Oklahoma City VA Health Care System (OKC VA HCS) provides comprehensive ophthalmology service for veterans. The OKCVAHCS is renovating new space for the Eye Clinic and will be adding two new exam lanes which need to be equipped to match existing eye lanes. Project Scope The Oklahoma City VA HCS requires two (2) complete eye lanes. Specifications The Oklahoma City VA HCS specifications are designed to outline all the Oklahoma City VA HCS Ophthalmology Department and Biomedical Engineering requirements. These requirements will be provided to the Contracting Officer Representative (COR) before final approval. The ophthalmic eye lane equipment specifications are provided below. Offeror must meet or exceed the specifications of the following: Line items and descriptions: Full Power Tilt Examination Chair (Reliance FX-920-L Chair #20 Pearl): Dual controls for base and top tilt Single lock adjustable concave headrest Auto return button to return chair to upright starting position Hydraulic base 600 pound capacity Safety switch to disable controls and footswitches Armrests that lock in place and allow the patient to sit or leave from either side of the chair Electrical - 110 Volt, 60 Hz, 8.0 amperes CSA, C/US Certificate of Compliance Instrument Stand (Reliance 7800-IC Floor Unit #20 Pearl): 3 Rechargeable wells for handheld instruments Wheelchair option to bring refractor and slit lamp arms to patients in any model wheelchair Overhead lamp with arm that adjusts without use of tools Switches to control a chart projector and control the intensity of the overhead lamp Adjustable slit lamp arm with use of a single hand and a 12 range of travel Upper Refractor Arm with 50 lb capacity Pneumatic Examination Stool (Reliance 5346 Pneumatic Stool, 301 Black): Adjustable and tilted backrest Height adjustment from 19.5 to 25 Chair Mover: Low profile Unlock and roll mechanism Fits rectangular base up to 22.5 wide Phoroptor (Reichert 11635B Plus Cylinder Ultramatic RxMaster Phoroptor Refractor, Black): ± 0.25 Flip Cross Cylinder +1.50 Retinoscopic lenses Accessory Case Nylon Face Shields Rotochart Reading Rod with Card Holder Sphere: -19.00D to +16.75D with 0.25D steps Cylinder Power: 0.00D to 6.00D with 0.25D steps Cylinder Axis: 360 degrees with 5 degree graduations Cross Cylinder: ± 0.25 Prism: 0 to 20 diopter with 1 prism diopter graduations P.D.: 48 to 75 mm with 1 mm graduations Vertex Distance: 13.75 mm, graduations extend range by 6 mm Reading Distance: 5 to 28 inches Auxiliary Dial: 10 lenses plus 2 open apertures Slit Lamp (Haag-Streit 900 BQ): Freeze technology to capture the moment you press the trigger History trigger to rewind and freeze the last few seconds Depth of field control to facilitate complete control of the depth of field Magnification with standard eyepieces: 6.3x, 10x, 16x, 25x, 40x Tungsten illumination Maximum intensity of 600,000 Slit Width/Length: 0-8mm / 1-8mm Tonometer (Haag-Streit BP/BQ/BX Applanation Tonometer): Two resting positions Swing in front of the microscope to examine both left and right eye Wireless Digital Binocular (Keeler Vantage Plus LED Wireless Indirect with slimline charging system): Software that allows use of any usb interface Provide still and dynamic images Wall mount that stores an extra lithium battery for back up Optics and mirrors automatically adjust when aperture changes 3 dimensional stereoscopic views of the retina through all pupil sizes 90D Aspheric Lens (Volk): Field of View: 74/89 degrees Image Mag: 0.76x Laser Spot: 1.32x Working Distance: 7mm 20D Aspheric Lens (Volk): Field of View: 46/60 degrees Image Mag: 3.13x Laser Spot: 0.32x Working Distance: 50mm Auto Projector (Marco CP-770): LED illumination system Programmable up to 33 charts in any order Conduct exam by pressing one button on the remote control to advance to next chart Option to randomly select any chart Option to isolate and maneuver individual horizontal or vertical lines Brightness control to adjust brightness intensity of projected image Automatically compensate for any fluctuation in supply voltage or change in refraction distance Retinoscope (Welch Allyn 18245 Elite Streak): Dust-Free Sealed Optics Cross Linear Polarization Filter Switch Continuous Rotation External Focusing Sleeve Halogen lamp Detect corneal abrasions with cobalt blue filter Red-Free filter used with any aperture 28 focusing lenses with range of -25D to +40D 3.5v Halogen Coaxial Ophthalmoscope (Welch Allyn 11720): Coaxial optics to produce a shadow-free spot, easier entry into undilated pupils, and a larger field of view Detect corneal abrasions with cobalt blue filter Polarizing filter virtually eliminates corneal reflection Sealed optics keep out dust and dirt 18 unique aperture/filter combinations for greater versatility Red-free aperture may be used with any aperture 28 focusing lenses with a range of -25 to +40 diopters Delivery Location: Oklahoma City VA HCS 921 N.E. 13th St. Oklahoma City, OK 73104 Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 921 N.E. 13th Street, Oklahoma City, OK 73104 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. 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. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. 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 volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. 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 Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System of Award Management (Jul. 2013) Additional contract requirements or terms and conditions: 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 incorporated by reference: 52.204-7 System for Award Management The following VAAR clauses are to be incorporated by reference: 852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008 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) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.211-6 Brand Name or Equal (AUG 1999). The following VAAR provisions are to be incorporated by reference: 852.273-70 Late Offers (JAN 2003); 852.273-72 Alternate Evaluation (JAN 2003); and 852.273-74 Award Without Exchanges (JAN 2003). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Matt Zorch at paul.zorch@va.gov by 4:00pm EST, August 17, 2018. Name and email of the individual to contact for information regarding the solicitation: Matt Zorch Paul.Zorch@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9729/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q9729 36C25918Q9729.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534512&FileName=36C25918Q9729-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534512&FileName=36C25918Q9729-000.docx
- File Name: 36C25918Q9729 Item Descriptions and Quantities.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534513&FileName=36C25918Q9729-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534513&FileName=36C25918Q9729-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q9729 36C25918Q9729.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534512&FileName=36C25918Q9729-000.docx)
- Place of Performance
- Address: VA Oklahoma City Health Care System;921 NE 13th Street;Oklahoma City, OK
- Zip Code: 73104
- Zip Code: 73104
- Record
- SN05029420-W 20180811/180809231304-58ee335ffb60348a2148278a8a9fc4f4 (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 |