SOLICITATION NOTICE
65 -- Eye Clinic Beam Splitter
- Notice Date
- 7/12/2021 7:23:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25721Q1123
- Response Due
- 7/16/2021 2:00:00 PM
- Archive Date
- 08/30/2021
- Point of Contact
- Shannon Hodgson, Contract Specialist, Phone: 202-669-5683
- E-Mail Address
-
shannon.hodgson@va.gov
(shannon.hodgson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 10 of 10 Page 10 of 10 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 10 Page 4 of 10 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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. Solicitation number 36C25721Q1123 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB). In order to be eligible for award an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. NAICS Code: 339115 and Size Standard is 750. Introduction: The Government intends to award a firm fixed price contract based on this solicitation. Description of Services: Eye Clinic Beam Splitter Place(s) of Performance: Lubbock VA Health Clinic 3510 4th St. Lubbock, TX 79412 Type of Contract: A Firm Fixed Price Period of Performance: 45 Days ARO EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a contract to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall award a contract resulting from this solicitation. The following factors shall be used to evaluate offers: Vendor is a certified Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). Vendor must be registered in SAM with applicable NAICS code by the close of solicitation. Technical Approach: The Government will evaluate how the offeror s approach meets the requirements in accordance with the solicitation and Statement of Work and indicates a thorough approach and understanding of the requirements. -Vendor must provide a Letter of Authorization: A letter of authorization is required from the Original Equipment Manufacturer (OEM) stating that contractor is an authorized distributor/reseller of the offered items. -If quoting other than brand name, the contractor shall provide the items spelled out in clause 52.211-6, Brand Name or Equal. Price: Price will be evaluated independently of the non-price factors. Statement of Work Introduction 1.1 The Lubbock VA Healthcare Clinic has a requirement to purchase accessories for the slit lamps with an authorized vendor to supply and deliver the item(s) identified in the line items. Schedule and Order Management 1.2 The delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 90 days due to construction delays. 1.3 The awardees actual delivery dates will be confirmed by VA upon award. 1.4Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. 2. Delivery and Receiving 2.1 Delivery must be coordinated with VA Logistics POC Karen Bradshaw (primary), 806-468-1843 or Michael Lucas (secondary), 806-355-9703, x 7339 prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. 2.2 The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. 2.3 The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. 2.4 Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. 2.5 Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. 3. Clean Up and Disposal 3.1 There are no dumpsters available for vendor use. 3.2 The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. 4. Assembly and Installation 4.1 The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 4.2 The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. 4.3 During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and LVAHC. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. 5. Training 5.1 The vendor shall coordinate through the VA POC to provide a hands-on training session to staff selected by the VA. Training shall be completed within 45 days after final installation of equipment. The vendor will record the training and provide an electronic copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date. 6 Use of Premises 6.1 If during the performance of this contract, work will be carried out on LVAHC premises, the vendor shall perform all work in such a manner that will cause a minimum interference with LVAHC operations and the operations of other contractors on the premises. 6.2 The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities. 6.3 The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). 6.4 The vendors shall abide by all rules and regulations set forth by the LVAHC due to the Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on the LVAHC campus grounds. QUOTE/OFFER SHOULD BE BROKEN DOWN AS FOLLOWS: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Brand Name or Equal: Haag-Streit IM 900 Imaging Module for BQ 900 Slit Lamp LOCAL STOCK NUMBER: 7220500 0002 2.00 EA __________________ __________________ Brand Name or Equal: Haag-Streit Beam Splitter 70/30 LOCAL STOCK NUMBER: 09007.10.70/30 0003 3.00 EA __________________ __________________ Brand Name or Equal: Haag-Streit Short Observer Tube w/eyepiece for BQ 900 Slit Lamp LOCAL STOCK NUMBER: 09007.7 0004 3.00 EA __________________ __________________ Brand Name or Equal: Haag-Streit Beam Splitter 50/50 for BQ 900 Slit Lamp LOCAL STOCK NUMBER: 09007.10.50/50 GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0004 SHIP TO: Department of Veterans Affairs Amarillo VA Medical Center Lubbock VA Clinic 3510 4th St. Lubbock, TX 79412 USA ALL 45 Days ARO MARK FOR: Karen Bradshaw 806-468-1843 karen.bradshaw@va.gov The following clauses and provisions apply to this solicitation: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Contract Clauses: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 180 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203 70, Commercial Advertising. 852.246 71, Rejected Goods. VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERICAL ITEMS (JAN 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) 52.219-28, Post Award Small Business Program Representation (NOV 2020) 52.219-33, Nonmanufacturer Rule (MAR 2020) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American Supplies (JAN 2021) Solicitation Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) (JUL 2020) (DEVIATION) SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than Friday July 16th 2021, 4:00 pm CST. Email your quote to shannon.hodgson@va.gov. The subject line must specify 36C25721Q1123 Eye Clinic Beam Splitter. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6615a599b011469a8541b391805b24dc/view)
- Place of Performance
- Address: Department of Veterans Affairs Amarillo VA Health Care System Lubbock VA Clinic 3510 4th St., Lubbock, TX 79412, USA
- Zip Code: 79412
- Country: USA
- Zip Code: 79412
- Record
- SN06058393-F 20210714/210712230120 (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 |