Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

65 -- Corneal Shape Analyzer Brand Name or Equal

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24619Q0375
 
Response Due
3/11/2019
 
Archive Date
4/10/2019
 
Point of Contact
757-728-7148
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 5 COMBINED SYNOPSIS/SOLICIATION 36C24619Q0375 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 for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The North American Industrial Classification System (NAICS) code for this procurement is 339115 with a small business size standard of 1000 employees. This procurement is set-aside 100% for Service-Disabled Veteran-Owned Small Business concerns and all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract to procure the following items, brand name or equal: CLINS DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT 0001 CASEC Cassini Corneal Shape Analyzer 1 EA 0002 CASEC Cassini Extended Care includes: 2 Years support Parts + Labor FREE loaner device Remote + Phone Support FULL system diagnosis Cassini Academy Cassini Academy reports Software Improvement Updates PC Optimization 1x As-Needed on-site service 1 EA 0003 CAST32 Cassini instrument table K2 - K2032RT 1EA Compact H-Base with 20" x 32" table top 1 EA 0004 CAS01-TCASW Cassini Total Corneal Astigmatism (TCA) Software Upgrade. 1 EA 0005 CASIM 21.5" iMac Desktop including: Windows 10 Professional Cassini Software Application 1 EA 0006 TPCB Leica IOLcompass Guidance Connector button TruePlan 1 EA 0007 LENSARCB LENSAR Femto Second LASER Connector button Streamline 1 EA Must meet following minimum Salient Characteristics for equal: Multicolor LED imaging combined with 2nd Purkinje imaging technology Anterior Axis repeatability within 3 degrees2 Diopter range 4.00D 171.00D (Anterior) Display K-values per zone 3/5/7/9mm (Anterior) Keratometric indices display in D (diopters) or mm (millimeters) Auto Capture with joystick positioning Measurement Quality Factor parameter Auto pupil detection Topographic indices - E (shape factor), e (eccentricity), Q (asphericity), p (form factor) Keratoconus indices - SAI (Surface Asymmetry Index), SRI (Surface Regularity Index) Submicron accuracy due to color LED triangulation technology <0.8 m (Anterior) External Ocular Photography (Anterior)Topographic maps - Axial, Refractive, Tangential, Elevation, Corneal Aberrations, Recorded color HD external ocular photography Multiple color spectrum options Incorporated patient management program USB, Direct print, PDF, JPG, 3rd party output connectivity The manufacturer of the brand name items is Cassini USA Inc. You must be able to provide an authorized distributor letter from the manufacturer of your product to be considered. Delivery Address: Hunter Holmes McGuire VAMC 1201 Broad Rock Blvd Richmond VA 23249 FOB point: Destination Estimated Delivery Date: within 30 days ARO IAW 52.252-2 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://acquisition.gov/comp/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR). FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (OCT 2018) Addendum to 52.212-4 52.204-13 System for Award Management Maintenance (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Rejected Goods (OCT 2018) 852.247-74 Advance Notice of Shipment (f.o.b. destination) (OCT 2018) End of Addendum to 52.212-4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2018) FAR Provisions: 52.212-1 Instructions to Offerors- Commercial Items (OCT 2018): Offeror shall provide a written quote with an itemized list of the items addressing all CLINS. Addendum to 52.212-1 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.211-6 Brand Name or Equal (AUG 1999) VAAR Provisions: 852.273-74 Award Without Exchanges (JAN 2003) End of Addendum to 52.212-1 52.212-2 Evaluation-Commercial Items (OCT 2014): The Government intends to award a firm-fixed-priced contract resulting from this solicitation to the responsible vendor whose quote conforming to the requirements in this request for quote will be most advantageous to the government, price and other factors considered. The following factors (in order shown) shall be used to evaluate offers: Lowest firm-fixed price will be evaluated first. If the lowest priced quote is for the requested brand name, the quote will be accepted. Equal products must be evaluated by technical team at Richmond VAMC and will be acceptable or non-acceptable based on the required minimum Salient Characteristics noted in section VII above. If quote for equal items is found to be non-acceptable, the next lowest quote will be evaluated in the same manner until an offer is accepted. If all quotes are non-acceptable, solicitation will be cancelled. Vendor will be considered for award only after meeting factor 1 above and meeting all other requirements of this COMBINED SYNOPSIS/SOLICIATION 36C24619Q0375. 52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2018) Questions concerning this solicitation shall be addressed to Melisha Evans, Contracting Officer, and emailed to Melisha.Evans@va.gov. All questions or inquires must be submitted no later than 4:00PM Eastern Standard time on March 7, 2019. No phone calls will be accepted. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). Quotes are due by 04:00PM Eastern Standard time on March 11, 2019. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Written quotes shall be submitted via email to Melisha.Evans@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-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/HaVAMC/VAMCCO80220/36C24619Q0375/listing.html)
 
Place of Performance
Address: Hunter Holmes McGuire VAMC;1201 Broad Rock Blvd;Richmond VA
Zip Code: 23249
Country: USA
 
Record
SN05241848-F 20190308/190306230042 (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.