SOLICITATION NOTICE
65 -- Visual Acuity BRAND NAME OR EQUAL
- Notice Date
- 4/30/2022 11:53:54 AM
- Notice Type
- Presolicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25722Q0527
- Response Due
- 5/4/2022 6:00:00 AM
- Archive Date
- 05/09/2022
- Point of Contact
- Dr. Vinicky Ann Ervin Ph.D., Contract Specialist, Phone: Please title email Subject Line as follows:, Fax: 36C25722Q0527 Visual Acuity Solicitation
- E-Mail Address
-
vinicky.ervin@va.gov
(vinicky.ervin@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- General Conditions and Statement of Work Page 2 of 3 General Conditions and Statement of Work Introduction The VA SA Northwest Health Care Center Outpatient Clinic (NWHCC) has a requirement to purchase Eye 4 with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. This requirement is in support of a basis of design brand or equal requirement. See FAR Clause 52.211-6 Basis of Design Brand or Equal (AUG 1999) for additional information. See attachments for salient characteristics. This requirement is in support of the activation of the NWHCC. Item(s) are to be delivered to the location specified in section 2.4.1. Table 1 Package Items Summary Item Number Item Description Quantity M5562 Tester, Visual Acuity, Video/Microprocessor Based 19 General Conditions Site Address The address of the VA SA Northwest Health Care Center Outpatient Clinic is listed below. Additional information on delivery is located in section 2.4. SA Northwest Health Care Center Outpatient Clinic Initial Outfitting, Transition and Activation Project 9939 State Hwy 151 San Antonio, TX 78251 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Building # & Letter Acronym Est. Delivery Start Date Est. Delivery End Date VA SA Northwest Health Care Center Outpatient Clinic N/A NWHCC 2022-06-06 TBD Schedule and Order Management The above 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 30+ days due to construction delays. The awardees actual delivery dates will be confirmed by VA upon award. Post-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. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA Logistics POC Ronnie Barber (primary), 210617530019264 or Joseph Catrucco (secondary), 210617530015306 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. VA SA Northwest Health Care Center Outpatient Clinic (Direct Delivery to address detailed in paragraph 2.1.1) Delivery shall be freight on board (FOB) Destination. 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. 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 Central Time), Monday through Friday, and excluding Federal Holidays. 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. Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. Use of Warehouse If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. Clean Up and Disposal There are no dumpsters available for vendor use. 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. Deliverables The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. Assembly and Installation [ is is not required] The vendor is required to manage and coordinate installation at the VA NWHCC with the VA POC. On-site assembly and installation of items, and performance of services 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 Central Time), Monday through Friday, and excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 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. 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 VA NWHCC. 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. Training [ is is not required] 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 a 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. Standard Warranty The products shall be covered by vendor s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following: The Vendor shall provide a warranty certificate/form stating the warranty period, terms, and information required to initiate the warranty. The warranty period set forth therein shall run for one year following the first day of use at NWHCC; The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor; The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. Use of Premises If during the performance of this contract, work will be carried out on VA NWHCC premises, the vendor shall perform all work in such a manner that will cause a minimum interference with VA NWHCC operations and the operations of other contractors on the premises. 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. 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). General Conditions and Statement of Work Package 032: Eye 4 Page 6 of 6 STVHCS Consolidated Lease Project M5562 9939 State Hwy 151 San Antonio, TX 78251 _ Project: STVHCS Consolidated Lease Project Issue Date: February 2022 _ Total Quantity: 19 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ Item Name: Tester, Visual Acuity, Video/Microprocessor Based Basis of Design Brand or Equal: Reichert Technologies Ophthalmic Instruments | ClearChart 4X | 13775 Width: 23.25 in. Depth: 3 in. Height: 15.75 in. Salient Characteristics: Main Image: Digital wall mounted acuity chart. Features: 24 inch high-resolution LED flat panel display with remote control. Wide range of optotypes and tests, astigmatic testing, and pediatric fixation cartoon video. Can be used with room lights on or off; configured for direct or mirrored viewing. All-in-one design eliminates the need for a PC or additional components. ETDRS testing, contrast sensitivity, patient education slides, video and images import capabilities. Includes wall mount bracket and hardware.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc6f79664e8c48b390cef8b0e48de00b/view)
- Place of Performance
- Address: SA Northwest Health Care Center Outpatient Clinic 9939 State Hwy 151, San Antonio 78251
- Zip Code: 78251
- Zip Code: 78251
- Record
- SN06313224-F 20220502/220430230054 (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 |