Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2021 SAM #7024
SOLICITATION NOTICE

65 -- 648-21-1-9961-0023 Cyclo G6 Glaucoma Iridex Laser

Notice Date
2/19/2021 7:27:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0317
 
Response Due
2/26/2021 12:00:00 PM
 
Archive Date
03/13/2021
 
Point of Contact
Christine Lindsey, Contract Specialist, Phone: 813 863-0481
 
E-Mail Address
christine.lindsey@va.gov
(christine.lindsey@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for Iridex s Cyclo G6 Laser Console, BRAND NAME, as prepared in accordance with the format in 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 will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26021Q0317 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04. 4. This solicitation is set aside 100% for Small Businesses and the associated NAICS 334510 code has a small business size standard of less than 1250 employees. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service is honored by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The offeror is to provide, with their bid, a copy of their Authorized Distributor letter from the OEM. The vendor shall provide new items ONLY; no remanufactured or ""Gray Market"" items. All items must be covered by the manufacturer's warranty. 5. Salient Characteristics: Wavelength 810 nm infrared Connector Type SmartProbe RFID with Laser Parameter Memory Electrical 100-240 VAC, 50/60 Hz, <0.8 A Cooling Air Cooled Exposure Duration CW-Pulse: 10ms-9000ms in 606 increments/continuous pulse up to 60 sec Exposure Interval CW-Pulse: 10-3000 ms in 598 increments and one pulse MicroPulse Duration MicroPulse: 0.05-1.0 ms in 19 increments MicroPulse Interval MicroPulse: 1.0-10.0 ms in 90 increments MicroPulse Duty Cycle Continuously adjustable from 0.56-50%, and preset selections of 5%. 10%, and 15% duty cycles Aiming Beam Diode Laser, 635 nm nominal Treatment Power 50-3000 mW, depending on delivery device. 6. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 0002 0003 0004 0005 0006 IRIDEX Cyclo G6 Laser Console, Micropulse Technology Wired Footswitch, keys, power cord. SERVICE MANUAL INCLUDED IRIDEX G-Probe RFID (box of 6) IRIDEX MP3 Probe RFID (box of 6) IRIDEX ITD VEXIO-Cart IRIDEX Safety Glasses, 810 nm 2.00 2.00 2.00 2.00 2.00 8.00 EA EA BX BX EA EA GRAND TOTAL 7. Delivery: All product to be delivered FOB Destination to the following location: Portland General Warehouse / Building 2 1601 East Fourth Plain Blvd. Vancouver, WA 98661 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if it has not been completed on SAM.gov. 10. The clause at 52.252-1 Solicitation Provisions Incorporated by Reference. The full text of a solicitation provision may be accessed electronically at these addresses: http://www.va.gov/oal/library/vaar/index.asp and https//www.acquisition.gov/comp/far/index.html 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.203-16 Preventing Personal Conflicts of Interest 52.203-17 Contractor employee whistleblower rights and Requirement to Inform Employees of Whistleblower rights 52.204-4 Printed or Copied double-sided on Postconsumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.227-19 Commercial Computer Software-Restricted Rights 52.228-5 Insurance-Work on a Government Installation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising 852.204-70 Personal Identity Verification of Contractor Personnel 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items 852.212-72 Gray Market and Counterfeit Items 852.212-73 Gray Market and Counterfeit Items 852.232-72 Electronic Submission of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.211-6 Brand Name or Equal (AUG 1999) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to christine.lindsey@va.gov and received no later than 3pm EST on 02/22/021. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted and award will be made without discussions. 16. For information regarding the solicitation, please contact Christine Lindsey at christine.lindsey@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc8159cccad645e2919c10216404ccf9/view)
 
Record
SN05921766-F 20210221/210219230120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.