SOLICITATION NOTICE
65 -- Dental Loupes Brand Name or Equal SDVOSB Set-Aside
- Notice Date
- 5/24/2022 12:42:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24622Q0610
- Response Due
- 5/27/2022 12:00:00 PM
- Archive Date
- 07/26/2022
- Point of Contact
- Francine Valverde, Contract Specialist, Phone: Email
- E-Mail Address
-
francine.valverde@va.gov
(francine.valverde@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 (36C24622Q0610) Brand Name or Equal (SDVOSB Set-Aside) Page 1 of Page 1 of Description This Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06 published in the Federal register April 26, 2022 This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 (Optical Instrument and Lens Manufacturing), with a small business size standard of 500 Employees The FSC/PSC is 6520 (Dental Instruments, Equipment, and Supplies) The Asheville VA Medical Center located at 1100 Tunnel Rd, Asheville, NC 28805 is seeking to purchase Dental Loupes. All interested companies shall provide quotations for the following: Manufacturers: Orascope Line Item Description QTY Unit of Measure Unit Price Total 1 PRODUCT: ITEM # HDL 2.5 Power Loupe (Macro) Description: HDL 2.5 Power Loupe Macro 3 Each 2 PRODUCT: ITEM # HDL 2.5 Micro-ErgoEdge Description: HDL 2.5 Power Loupe (Micro) ErgoEdge 1 Each 3 PRODUCT: ITEM # 910118-2 SPARK Light System 2 Each 4 PRODUCT: ITEM # 910119-41 Endeavour XL Light System 2 Each Grand Total Statement of Work Orascoptic Dental Loupes with Light System The Dental Service currently has four clinical staff members that need dental loupes. The loupes are connected to ergonomics. Wearing the right dental loupes can help maintain a healthy posture all throughout the dental procedure. Measurements will need to be taken of each clinical dental staff member for each Loupes to be custom made. Wearing loupes, vision is improved simply because everything in the field of view is magnified. Eye movement, depth of field, working distance, illumination, crossover point and exit pupil are relative to choosing dental loupes. Having the light system on the glasses frame, assists the operator to not have to adjust the angle of the light manually when needed. Performance required; or Magnification levels range from 2.5x - 5.5x, including two variable magnification loupes, EyeZoom and EyeZoom Mini. EyeZoom offers three levels of magnification in a single loupe. Optimal clarity with clearest 2.5x. Selection process and measurements taken of the operator s facial geometry using state-of-the-art Optikam measuring system. The result is a loupe that's custom-crafted for the dental operator. (C) Essential physical characteristics; Dimensions (if applicable) HDL 2.5 Power Loupe (Micro) ErgoEdge Grade A fine annealed glass lenses fused with anti-scratch and anti-reflective coatings. Carrier lenses are made with High Index polycarbonate material. Mounts Through-the-Lens. Magnification power- 2.5x Field Width- 3.4"" (8.75 cm). Measured at 18 working distance without eye prescription. Field Depth- 7"" (17.80 cm). Measured at 18 working distance without eye prescription. Weight- 1.36 oz (38.6 g). Measured on Orascoptic Victory frame. Declination Angle- Customized to each user. HDL 2.5 Power Loupe (Macro) ErgoEdge Grade A fine annealed glass lenses fused with anti-scratch and anti-reflective coatings. Carrier lenses are made with High Index polycarbonate material. Mounts Through-the-Lens. Magnification- power- 2.5x Field Width- 4.0"" (10.40 cm). Measured at 18 working distance without eye prescription. Field Depth- 5.0"" (12.70 cm). Measured at 18 working distance without eye prescription. Weight- 1.8 oz (50.70 g). Measured on Orascoptic Victory frame Working distance and Declination Angle- Customized to each user. End of Statement of Work 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 Provisions: FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021) Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on this Combined Synopsis, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; 36C24622Q0610 (Dental Loupes) (2) North American Industry Classification System (NAICS) Code (3) Company name, address, and telephone number of the offeror (4) Company Data Universal Numbering System (DUNS) Number (5) Unique Entity ID (UEI) (SAM) (6) Business Size Standard (7) Indicate FSS/GSA contract number or Open Market, as applicable (8) FSS Category you qualify for (9) Tax ID number (10 Capabilities statement (11) Company Socio-Economic Size (Large, Small, SDVOSB, VOSB, WOSB etc.) Quoters shall list exception(s) and rationale for the exception(s), if any. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Addendum to FAR 52.212-1 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 20020) FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2021) 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 Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204 10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204.18 Commercial and Government Entity Code maintenance (AUG 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.211-6 Brand name or Equal (AUG 1999) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-33 Nonmanufacturer rule (SEP 2021) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2022) (Deviation) 52.222-21 Prohibition of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (OCT 2018) 525.225-1 Buy-American -Supplies (NOV 2021) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.211-72 Technical Industry Standards (NOV 2018) 852.212-72 Gray Market and Counterfeit Items (Mar 2020) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION) 852.219-74 Limitations on Subcontracting- Monitoring and Compliance (JUL 2018) 852.219-78 VA Notice of Limitations on Subcontracting Certification of Compliance for Supplies and Products (SEP 2021) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (JAN 2008) Gray Market Prevention Language: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the government. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. 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 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 will be considered: Price Technical capability or quality of the item offered to meet the Government requirement Delivery of order will need to be 30 days ARO, Freight on Board (FOB). 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. Submission of your response shall be received not later than 3:00 PM EST on 27 May 2022. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Francine.valverde@va.gov Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Francine Valverde Contracting Specialist NCO 6 Hampton, VA Francine.valverde@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/afe787c206bd4821952dbc24a0e6e3fa/view)
- Place of Performance
- Address: Asheville VA Medical Center 1100 Tunnel Road, Asheville, NC 28805, USA
- Zip Code: 28805
- Country: USA
- Zip Code: 28805
- Record
- SN06337181-F 20220526/220524230125 (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 |