Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2019 FBO #6256
SOLICITATION NOTICE

65 -- Optical Coherence Tomography Unit 541-19-1-250-0081

Notice Date
1/7/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25019Q0246
 
Response Due
1/14/2019
 
Archive Date
2/13/2019
 
Point of Contact
percy.johnson2@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q0246 Posted Date: 01/07/2019 Original Response Date: 01/14/2019 Current Response Date: 01/14/2019 Product or Service Code: 6530 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 334510 Contracting Office Address: Department of Veterans Affairs Chalmers P. Wylie Ambulatory Care Center 2780 Airport Dr., Suite 340 Columbus OH 43219 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 employees. The Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland OH 44106 is seeking to purchase 2 Cirrus HD-OCT Model 5000 and 2 OS AngioPlex Software Packages. All interested companies shall provide quotes for the following: Supplies Line Item Description Quantity Unit [1] Zeiss OS; Cirrus HD-OCT Model 5000 - Akron LOCAL STOCK NUMBER: 266002-1161-980-PRO 2 Ea [2] ZEISS OS \F\ AngioPlex Angiography Software Package for S/N <4993 ONLY\F\ LOCAL STOCK NUMBER: 266002-1161-324-PRO 2 Ea Background. Community Outpatient Services is in need of 2 Optical coherence tomography (OCT) units for the Akron and Parma CBOC Optometry clinics, and a Software update on the current OCT machines. The current OCT machines cannot be updated, and will need to be replaced. The previous model was the Cirrus OCT 4000 and the technology has vastly changed with the newest generation of OCT (Model 5000). The Cirrus OCT 5000 significantly improves upon the 4000 models, providing higher quality scans that will limit scanning errors that can lead to clinical errors, and will also add the ability to acquire high-definition OCT retinal images on the same device, which will improve clinic efficiency. This will significantly improve our facilities ability to manage glaucoma which is highly prevalent in our patient population. Furthermore, the CBOCs do not have immediate access to ophthalmology referral services, such as a retinal specialist, so the importance of acquiring high-definition OCT images is vital for making critical diagnoses and referrals. Specific Tasks. Task 1 Delivery of Equipment and Supplies The vendor will deliver the above items to the Cleveland VAMC within 1-2 weeks or order placement Deliverables: The equipment will be delivered to the facility: Louis Stokes Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH 44106 Task 2. Installation and Assembly Installation and upgrade will be provided by the vendor/ manufacturer at the Akron and Youngstown Outpatient Clinics. Deliverables: Installation and assembly of equipment will be complete and approved for use by the vendor, the medical staff, biomed, and any other applicable groups. Task 3. Warranty A one-year warranty is offered by the manufacturer. Performance Monitoring The COR will monitor the successful delivery of the equipment by maintaining contact with the vendor and coordinating with the VA Warehouse and Biomedical Engineering personnel. The COR will also ensure the equipment is assembled and all installation of hardware and software is done to contract specifications. Security Requirement The equipment and accessories will not connect to the VA network. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There will be no Government-Furnished Equipment or Government furnished Information provided to the vendor. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Possible follow-on work could be contact with the Vendor for troubleshooting problems. Also, vendor may be notified if the product is not functioning properly. b. Identification of Potential Conflicts of Interest (COI). There are no known potential conflicts of interest. c. Identification of Non-Disclosure Requirements. The vendor will not have access to any VA patient sensitive information or proprietary information. d. Packaging, Packing and Shipping Instructions. Packaging and shipping will be at the discretion of the vendor. e. Inspection and Acceptance Criteria. Products will be inspected upon arrival by the COR and the Surgical Service Place of Performance. The equipment will be used in the Akron and Youngstown Optometry Clinics. Akron Community Outpatient Clinic 55 W Waterloo Road Akron, Ohio 44319 Youngstown Community Outpatient Clinic 2031 Belmont Ave. Youngstown, Ohio 44505 The delivery/task order period of performance is February 2019. Delivery shall be provided no later than 30 days after receipt of award of contract. FOB destination. The contractor shall deliver all items to: Louis Stokes VA Medical Center 10701 East Boulevard Cleveland OH 44106 Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable Applicable Provision and Clauses: The following clauses apply to this acquisition: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (MAY 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) The following provisions apply to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) 52.233-2 Service of Protest 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure (May 2010) Quote Evaluation and Award: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible contractors whose quote conforms to the requirements within this solicitation and will be the most advantageous to the Government. Lowest Price Technically Acceptable (LPTA) will be how the quotes are evaluated. A contractor s initial quote shall contain the best terms from a price and technical standpoint. Contractors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Procedure for submitting documents to the Department of Veterans Affairs: DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: percy.johnson2@va.gov Submission of Quote: All information shall be submitted in the manner described below and contractors who do not submit all information may not be considered for award. SET-ASIDE REQUIREMENT: Only verified SDVOSB firms are eligible to submit quote or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of quote and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. 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. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Contractor include the schedule information on your quote. RESPONSES ARE DUE: January 14, 2019 at 1PM EST. Quotes will only be accepted electronically via e-mail to percy.johnson2@va.gov. Enter RFQ 36C25019Q0246 Optical Coherence Tomography Unit in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25019Q0246/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Louis Stokes VA Medical Center;10701 East Boulevard;Cleveland OH
Zip Code: 44106
Country: USA
 
Record
SN05188083-F 20190109/190107230014 (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.