Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOLICITATION NOTICE

65 -- 614-23-2-560-0123 - Otoscope

Notice Date
4/12/2023 6:41:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24923Q0224
 
Response Due
4/17/2023 2:00:00 PM
 
Archive Date
06/16/2023
 
Point of Contact
Martha Warren, Contract Specialist, Phone: 615-225-6404
 
E-Mail Address
Martha.Warren1@va.gov
(Martha.Warren1@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. The combined synopsis/solicitation number is 36C24923Q0224. It is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The combined synopsis/solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a NAC contract. Offeror must be registered in System for Award Management (SAM) www.SAM.gov and must be VIP-certified in vip.vetbiz.va.gov before considered for award. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. Nonmanufacturing business size standard is 500 employees. A nonmanufacturer class waiver is not in effect for the given NAICS and requirement description. The FSC/PSC is 6515. The Network Contracting Office (NCO) 9, on behalf of Memphis VA Medical Center (VAMC), is seeking to purchase 200 brand name or equal EN200/BETA400/OTO/BETA200 OPH/LED Otoscope/Ophthalmoscope Wall Transformer Systems. All interested companies shall provide quotations for the following: Supplies/Services Line Item Product Number Description Quantity Unit of Measure 0001 A-095-12-208-166 WALL SYS/EN200/BETA400 OTO/BETA200 OPH/LED 200 EA Salient Characteristics: What comes in the box:      -EN200 Wall Transformer      -Otoscope with polycarbonate, 11.5' (3.5 m) corded handle      -Ophthalmoscope with polycarbonate, 11.5' (3.5 m) corded handle EN200 Wall Transformer: Two handles can be used at the same time for efficiency  Handles switch on and off automatically when placed into the charger, and are ready to remove as soon as you want to use them, with adjustable brightness levels. Integrated anti-theft system helps prevent unauthorized removal of instrument heads, ensuring they are always available where they are needed and reducing replacement costs. LEDHQ instruments with 100,000-hour LED life reduces maintenance and service costs. Improves hygiene and reduces risk of cross-contamination with a flat, space- saving housing no opening and no on/off switch. Government is seeking all items to be delivered to all locations within 60 days of order placement. Offeror is required to provide justification as to why it cannot meet this delivery schedule and provide its alternate solution. Place of Performance/Place of Delivery FOB Destination, Delivery and Acceptance will be: Address: 1030 Jefferson Ave., CWG32 Warehouse Postal Code: 38104 Country: UNITED STATES DELIVERY SCHEDULE & Period of Performance (POP): Government is seeking all items to be delivered to all locations within 60 days of order placement. Offeror is required to provide justification as to why it cannot meet this POP and provide its alternate solution. 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: 1. FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. 2. 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (MAR 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: (c): Period for acceptance of Quote is a minimum of 60 calendar days. 3. FAR 52.212-2, Evaluation Commercial Items (Nov 2021), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror based on the Best Value to the Government via a comparative evaluation: i.e. Award will be made to the government quote that meets or exceeds ALL requirement of this solicitation at a fair and reasonable price (Firm Fixed Price) based on both price (including trade-in discounts) and non-price considerations like technical specifications, warranty, delivery schedule, any free accessories or services, etc. (b) Options -None. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Nov 2021) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit 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 requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. (End of Provision) 4. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022) 5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Mar 2023), applies to this acquisition including, if any, additional FAR clauses cited in the clause are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). (22) (i) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)) (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (31)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) (48) 52.225-1, Buy American--Supplies (JAN 2021) (41 U.S.C. chapter 83). (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.232-8 DISCOUNTS FOR PROMPT PAYMENT FEB 2002 (End of Clause) VAAR 812.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services (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 supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment 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, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR Number Title Date 52.212-3 Offeror Representations and Certifications Commercial Items DEC 2022 (End of Provision) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINT MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s). The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) All quoters shall submit the following: Technical or Quality: The extent to which the proposed item(s) can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: the price by adding the total of all line item prices. All quotes shall be sent to Martha.Warren1@va.gov. 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 award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Additional Solicitation Terms and Conditions. This is a Brand Name or Equal solicitation set aside for SDVOSBs with a NAC contract. This RFQ closes April 17, 2023, at 16:00 CT. Submit all quotes and applicable attachments by e-mail to martha.warren1@va.gov with subject line RFQ 36C24923Q0224 Otoscope/Ophthalmoscope Wall Transformer Systems. Final Offer package will be put into one .pdf-formatted attachment and emailed to martha.warren1@va.gov. Multiple emails will not be accepted. Our email server has a size limitation of 30 GB. Zip files will be removed and therefore, will not be considered. Email attachment must be in .pdf format and in the English language. Font type & size must be appropriate for easy and quick viewing, 10 point or greater. Only acceptable font types are Calibri, Times New Roman, Courier, or Arial. Documents must only be 8 ½ x 10 inches in size, with one-inch margins all around. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Must include offer s UEI Unique Entity Identification To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Phone calls and fax will not be accepted, all questions or concerns must be submitted via email to martha.warren1@va.gov, with subject line Questions- RFQ 36C24923Q00224 Otoscope/Ophthalmoscope Wall Transformer Systems by Friday, April 14, 2023, at 11:00 hours (CT). The Government reserves the right to make no award at all.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/598521d32c2b48399a69f4cd9f76c928/view)
 
Place of Performance
Address: The Department of Veterans Affairs Memphis VA Medical Center 1030 Jefferson Ave., Memphis, TN 38104, USA
Zip Code: 38104
Country: USA
 
Record
SN06648801-F 20230414/230412230112 (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.