Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

65 -- Lombart Ophthalmic Equipment 8 Line Items

Notice Date
3/25/2020 10:15:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0391
 
Response Due
4/1/2020 12:00:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Paula Griggs
 
E-Mail Address
Paula.griggs@va.gov
(Paula.griggs@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 3 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24720Q0391 Posted Date: 03/25/2020 Current Response Date: 04/01/2020 Product or Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Surgical Appliance and Supplies Manufacturing Contracting Office Address NCO 7 / Atlanta Commodity Team U.S. Department of Veterans Affairs LaVista Business Park Bldg. A 2008 Weems Road Tucker, Georgia 30084 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. The Department of Veterans Affairs, Veterans Network Contracting Office (NCO7) has a requirement for Lombart Ophthalmic Equipment. This announcement constitutes the only solicitation for proposals, a written solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04 and VAAR Update 2018-19 rev. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a business size standard of 1,250. Services SALIENT CHARACTERISTICS/REQUIRED SPECIFICATIONS: OCT IMAGING Methodology: Swept Source OCT Optical Light Source: Swept Source tunable laser at 1,050nm Scan Speed: 100,000 A-Scans per second Lateral Resolution: 20 m In-depth Resolution: Optical resolution: 8 m, 2.6 m digital resolution Photography Type: Color, FA,* FAF,* Red-free** Picture Angle: 45�, Equivalent 30� (Digital Zoom) Operating Distance: 34.8mm Minimum Pupil Diameter �2.5mm OCT, 3.3mm fundus photo OBSERVATION & PHOTOGRAPHY OF FUNDUS TOMOGRAM Scanning Range (on fundus) Horizontal Within 3 to 12mm Vertical Within 3 to 12mm Scan Patterns 3D scan (12x9mm, 7x7mm, 3x3mm) Linear scan (Line-scan/Cross-scan/Radial-scan) Fixation target Internal fixation target: Dot matrix type organic EL The display position can be changed and adjusted. The displaying method can be changed Peripheral fixation target: This is displayed according to the internal fixation target displayed position. External fixation target OBSERVATION & PHOTOGRAPHY OF ANTERIOR SEGMENT Photography type: IR Operating distance: 17mm Scan range (on cornea) Horizontal Within 3 to 16mm Vertical Within 3 to 16mm Scan pattern 3D scan Linear scan (Line-scan/Radial-scan) Fixation target Internal fixation target External fixation target ELECTRICAL RATING Power Source Voltage: 100-240V Frequency: 50-60Hz Power input: 250VA Dimensions: 320-359mm(W) X 523-554mm(D) X 560-590mm(H) Weight 21.8 kg (DRI OCT Triton) 23.8 kg (DRI OCT Triton plus) Item # Description/Part Number* Qty 1 Welch Allyn 41100 3.5v Halogen Finnoff Transilluminator 1 2 Haag-Streit BP 900 Slit Lamp with LED Slit Illumination, Unit Model 2 3 Haag-Streit Applanation Tonometer (Alcohol on Prism VOIDS Warranty) *** Soaking or Wiping prism with alcohol will VOID the warranty. *** 2 4 Haag-Streit Octopus 900 Pro Perimeter with Table, Printer, PC and Flat Screen Monitor 1 5 Topcon DRI OCT Triton Swept Source OCT 1 6 Marco LM-7P Automatic Lensmeter using Hartman-Shack Wavefront Technology, Printer 1 7 Lombart CVS iMac Acuity System 1 8 Marco RT-700 Black Illuminated Refractor with Minus Cylinders 1 Contract Type: The award will be firm fixed price. This action is being executed as a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concern. Per VAAR clause VAAR 852.219-11(b)(1) VA Notice of Total Veteran-Owned Small Business Set-Aside, and in accordance with 38 USC 8127(d) Veterans First Contracting Program and VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors must be listed on the VETBIZ website as an SDVOSB or VOSB and System for Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov for consideration. Bases of Award The bases of award shall be made utilizing lowest price technically acceptable (LPTA). Offer s not deemed technically acceptable will be removed from further consideration of the contract award. Instructions to Offerors Commercial Items / Evaluation Criteria Technical Proposals and Pricing Schedules shall be submitted separately. Proposals shall remain valid for 60 days unless otherwise expressly stated on the proposal. Submitted proposals shall list two points of contacts including name, phone number, and email address. The government will consider technical capability, management plan, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor ""meeting or exceeding the requirement, (2) management plan addressing the process how instruments will be transported, (3) past performance, and (4) price.�FAR 52.212-2, Evaluation Commercial Items, explain the specific evaluation criteria to be included in paragraph (a) of that provision. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018). FAR 52.212-3, Offerors Representations and Certifications Commercial Items Dec 2019. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [insert date of clause] [Insert a statement regarding any addenda to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Oct 2019. The following subparagraphs of FAR 52.212-5 are applicable: [Indicate which FAR clauses listed in FAR 52.212-5 will be applicable, e.g.,�subparagraph (b)(1), etc.] All interested companies shall provide a separate Technical Proposal and Pricing Schedule. This is an open-market combined synopsis/solicitation for the Department of Veterans Affairs.��The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 04/01/2020 at 1:00PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed offers will be accepted. 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): FAR http://farsite.hill.af.mil/vffara.htm VAAR https://www.acquisition.gov/vaar 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018). 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015). 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015). 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018). 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014). 52.212-3 Offeror Representations and Certifications -- COMMERCIAL ITEMS (OCT 2014). 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2020). 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-01). 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013). 52.222-3 CONVICT LABOR (JUNE 2003). 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020). 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015). 52.222-26 EQUAL OPPORTUNITY (SEP 2016). 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) ALTERNATE I (JUL 2014). 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) ALTERNATE I (JUL 2014). 52.222-37 EMPLOYMENT REPORTS ON VETERANS (FEB 2016). 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008). 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (OCT 2018). 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019). VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019). VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018). VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018). VAAR 852.237-75 KEY PERSONNEL (OCT 2019). Point of Contact Paula Griggs Contracting Specialist Paula.griggs@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d14d5c4a28c4f8eb3b8f0a8551fbaee/view)
 
Place of Performance
Address: Department of Veterans Affairs;Augusta VA Medical Center;1 Freedom Way;ATTN: Blind Rehab/RM 1B102;Augusta, GA 30904
Zip Code: 30904
 
Record
SN05600281-F 20200327/200325230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.