Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

65 -- Marco Ophthalmic Auto Refraction Workstation or Equivalent

Notice Date
7/31/2020 5:26:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
W40M RHCO-ATLANTIC USAHCA FORT BELVOIR VA 22060-5580 USA
 
ZIP Code
22060-5580
 
Solicitation Number
W91YTZ-20-Q-0086
 
Response Due
4/16/2020 9:00:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Deneith Graves, Phone: 7067872211, Linda M. Spindler, Phone: 7067872378
 
E-Mail Address
deneith.graves.civ@mail.mil, linda.m.spindler.civ@mail.mil
(deneith.graves.civ@mail.mil, linda.m.spindler.civ@mail.mil)
 
Description
Request for Quote W91YTZ-20-Q-0086 Document Type: Combined Solicitation/Synopsis Date: April 14, 2020 Subject: Marco Ophthalmic Auto Refraction Workstation or Equivalent Solicitation Number: W91YTZ20Q0086 Response Date: April 16, 2020 Point of Contact: deneith.graves.civ@mail.mil �and linda.m.spindler.civ@mail.mil Set Aside: Solicit 100% Small Business Set Aside Place of Performance: Dwight D. Eisenhower Army Medical Center, Fort Gordon, GA Delivery or Period of Performance: May 1, 2020 NAICS Code: 339115 Size Standard: 1,000 NOTE: If providing an ""equal"" item(s), comply with FAR Provision 52.211-6, Brand Name or Equal. Explain in detail how the proposed items will meet the salient characteristics of the items as specified here in the solicitation. Offerors shall demonstrate that the product proposed complies with the technical requirements described in the salient characteristics via the submission of a written capability statement, product literature, or other materials, with their offer. Offerors shall cross-reference their product to its ""equal"" in the solicitation via the use of part numbers or another methodology that clearly identifies what the submitted product is ""equal"" to. Offerors shall ensure their proposed quantities result in the same number of items required, as identified in the solicitation. � 1.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Solicitation number W91YTZ20Q0086 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. Interested persons may identify their interest and capability to respond to the requirement and submit proposals. Provide your Company�s Dunn and Bradstreet number (DUNS); CAGE code; tax ID number; number of days to deliver, along with your Published Price list, by item number, for evaluation purposes. This acquisition is issued on an unrestricted basis using NAICS code 339115 � Ophthalmic Goods Manufacturing, size standard is 1,000. The Government anticipates awarding a single award issued as Firm Fixed Price Purchase Order.� The requirement is for the following items: ITEM NO� SUPPLIES/SERVICES� QUANTITY� UNIT� UNIT PRICE� AMOUNT 0001����������������������������������������������������������� 1���������������� Each Marco Ophthalmic Auto Refraction Workstation Includes: 1 Installation and On Site Training by the local area manager, 2 Operator� & Service Manuals, & 1 Year Warranty Included Part # EPIC-5100 FOB: Destination ITEM NO� SUPPLIES/SERVICES� QUANTITY� UNIT �UNIT PRICE �AMOUNT 0002���������������������������������������������������������� 12��������������� Each������ Tonorefii AR/Kerat/Tonometer Part # Tonorefii FOB: Destination������ ���������������������������������������������������������������������� ITEM NO� SUPPLIES/SERVICES� QUANTITY� UNIT� UNIT PRICE� AMOUNT 0003������������������������������������������������������������� 12����������� Each Lensmeter Part # LM 1800PD FOB: Destination ����������������������������������������������������������������������������������������������������������������������� TOTAL AMOUNT� *The cost shall include Freight FOB Destination. ������� Delivery Date Required: 01 May 2020 �2.� Quotes Due Date: April 16, 2020 @ 012:00pm EST.� Questions must be submitted via email no later than 15 April 2020.� Quotes and questions shall be submitted via email to deneith.graves.civ@mail.mil. This requirement is a single award.� The award will be made in accordance with FAR 52.212-1(g). �**Please provide your Cage Code somewhere on your quote sheet** SUBSTITUTE ITEMS: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed above will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. �3.� The following clauses and provisions are applicable: CLAUSES�������������������������������������������������������������������������������������������������������������������������������� FAR������������������������������������������������������������������������������������������������������������������������������ 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018) 52.212-5(Dev) -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEPT 2018) 52.222-50 � COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 -- ENCOURAGING Contractor PolicIES to Ban Text Messaging While Driving (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- Protest after Award (AUG 1996) 52.233-4 -- Applicable Law For Breach Of Contract Claim (OCT 2004) � DFARS 252.203-7000 - REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7001 -- BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) Wide Area Work Flow WAWF is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically.� Contractor shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the System for Award Management at https://www.sam.gov� within ten (10) calendar days after award of this contract/order.� WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract.� Please have your purchase order/contract number ready when calling about payments.� You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor.� Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. Foreign Vendors will submit banking information in the Comments Tab of the WAWF invoice.� TYPE OF DOCUMENT�������������������������������������������������������� ___ Invoice (Contractor Only) X_ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Receiving Report (Government Only) CAGE CODE:� ISSUE BY DODAAC:� W91YTZ ADMIN BY DODAAC:� W91YTZ INSPECT BY DODAAC:� W33LGY ACCEPT BY DODAAC: �W33LGY SHIP TO DODAAC:� W33LGY PAYMENT OFFICE FISCAL STATION CODE:� HQ0490 EMAIL POINTS OF CONTACT LISTING:� INSPECTOR Primary:� julia.m.ballard.civ@mail.mil ������� ������� ����Alternate:� ACCEPTOR Primary: julia.m.ballard.civ@mail.mil ������� ��� ������Alternate:� RECEIVING OFFICE POC: Primary:� julia.m.ballard.civ@mail.mil � ����� ������������������������������������Alternate:� CONTRACT ADMINISTRATOR/ SPECIALIST:� deneith.graves.civ@mail.mil � ������������������������������������������������ ������������������Office:�� 706-787-2211������������������������������������������������������������������������������������� ��������������������������������������������������������������������� ��DSN:�� 773-0293��������������������������������� �������������������������������������������������������������������� Fax: ��706-787-6573 CONTRACTING OFFICER: See Block 31b on SF1449 for email address. Any modification requests must be in writing and submitted to: ADMIN DODAAC. PROVISIONS FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018 (OCT 2018) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) �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. The following factors shall be used to evaluate offers:� Lowest Price Technically Accepted (LPTA).� Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary.� The following factors shall be used to evaluate offers:�� Meet the salient physical, functional, or performance characteristic specified below and in this solicitation; Clearly identify the item by brand name, if any; and make or model number. Include descriptive literature such as illustrations, drawings, or a clear reference to previous furnished descriptive data or information available to the Contracting Officer. Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements.� Mark any descriptive material to clearly show the modification. Price will be evaluated for fairness and reasonability in terms of: That the prices are consistent with and reflect the proposed requirement. Pricing will be evaluated for fair and reasonable in terms of the Government�s requirements. The Government is interested in proposals that meet the requirements with acceptable risk, at the lowest price technically acceptable. Vendors shall submit quotes to Gordon Health Contracting Cell Office to arrive no later than 12:00 pm EST on 16 April 2020.� Quotes can be submitted via email to deneith.graves.civ@mail.mil.� Mailed and faxed submissions are not acceptable. Evaluation Process:� All quotes will be evaluated on overall product quality, warranty and price. Must meet the functional characteristics referenced. The award decision will be based on the Lowest Price Acceptable. No refurbish or used implants will be accepted. Brand name or equal. The brand name is Marco Ophthalmic Auto Refraction Workstation. If submitting an �or equal� quote, the offer must comply with the Addendum to FAR 52.212-1 and FAR 52.211-6, Brand Name or Equal. ������� ��������������������� Salient Characteristics: Occupies a small footprint within the clinic space. Must be able to be utilized within a 1 O' x 10' room.������ Calibrated three foot visual acuity chart attached to facilitate compact screening.����������������������������� Combination auto refractor/auto tonometer/auto keretometer included in machine. To facilitate compact screening use. Electronic refractometer must be attached to facilitate compact screening use. Must be 11 OV compatible to utilize existing outlets in the clinic. 12 month warranty must be included �If providing an �equal� item(s), comply with FAR Provision 52.211-6, Brand Name or Equal. Explain in detail how the proposed items will meet the salient characteristics of the items as specified here in the solicitation. Offerors shall demonstrate that the product proposed complies with the technical requirements described in the salient characteristics via the submission of a written capability statement, product literature, or other materials, with their offer. Offerors shall cross-reference their product to its �equal� in the solicitation via the use of part numbers or another methodology that clearly identifies what the submitted product is �equal� to. Offerors shall ensure their proposed quantities result in the same number of items required, as identified in the solicitation. 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. �52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JAN 2017)� � DFARS 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA � BASIC (APR 2014) � 4.� SAM Registration:� Prospective awardee shall be registered in the System for Award Management (SAM) database prior to award. See contract clause 52.204-7 System for Award Management Registration (DEVIATION).�� Information on registration may be obtained via the Internet at: http://www.sam.gov or https://www.acquisition.gov.�� 5.� Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. 6.� If a change occurs in this requirement only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and/or award. 7.� Please provide quote inclusive of FOB destination shipping charges and any fees. Delivery Address:�� Eisenhower Army Medical Center ���� ��������� ������������������������ 300 Hospital Road ���� ��������� ������������������������ Fort Gordon, GA 30905 Please provide the following information on the quote: Company Name and Address:������� ____________________________________________ �������������������������������������������������������������� ���� ____________________________________________ ������������������������������������������������������������������ ____________________________________________ ����������������������������������������������������������������� �____________________________________________ Cage Code: ___________________���������� �������������� DUNS No.: ____________________ Payment Terms:� _______________������������������������� Delivery is:� ________________
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12ccd9559cef4e8e9b596267ee29633e/view)
 
Place of Performance
Address: Fort Gordon, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN05741985-F 20200802/200731230148 (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.