Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
SOLICITATION NOTICE

65 -- Refractometer (Brand Name or Equal)

Notice Date
4/26/2024 3:45:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924Q0414
 
Response Due
5/3/2024 3:00:00 PM
 
Archive Date
07/02/2024
 
Point of Contact
Mark Holland, Contract Specialist, Phone: (303) 712-5828, Fax: N/A
 
E-Mail Address
mark.holland@va.gov
(mark.holland@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25924Q0414 Brand Name or Equal - Refractometers for Salt Lake City Ophthalmology This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm MT, 5/1/2024 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to mark.holland@va.gov no later than 4:00pm MT, 5/3/2024. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25924Q0414. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 effective February 23, 2024. The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 Employees. This solicitation is a 100% set-aside for SDVOSB. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Retinomax K Plus Screen Auto Ref/Keratometer. (Brand or Equal) 1 EA $ $ 0002 Topcon KR-800PA Auto Kerato-Refractometer with Software. (Brand or Equal) 2 EA 0003 Pre-test instrument installation for tabletop refractometers. (Brand or Equal) 2 EA Grand Total $ Description of Requirements for the items to be acquired; STATEMENT OF WORK Auto Kerato-Refractometers The Salt Lake City Veterans Health Care System is in need of replacing a total of three (3) Auto Kerato-refractometers in Ophthalmology. Two of the units are tabletop units where a patient can transfer into an exam chair to have the measurements taken. The third unit is a handheld unit that can take the measurement from a patient s wheelchair in the event a patient cannot transfer or has a neck issue and cannot position correctly for the measurement. All three of these refractometers are past their end-of-life support and need to be replaced for best patient practices. Description: An Auto Kerato-refractometer is a device used to measure the lens/corneal strength and power for glasses needed to correct vision. It helps your doctor identify refractive errors in your vision. Refractive errors prevent light from entering the eyes to focus properly on your retina. Restricted light entering the eye negatively impacts your vision. These instruments also measure corneal curvature for astigmatism which allows the doctor to monitor disease progression such as keratoconus. Salient Characteristics Technical specs of the tabletop Kerato-refractometers system should fall within these parameters to take adequate measurements for ophthalmology: 1) Refractive Power Measurability: - Spherical refractive power: -25.0 Dipoters to +22.0 Diopters - Cylinder refractive power: 0.0 Diopters to +/-10.0 Diopters - Astigmatism Axis: 001 degrees to 180 degrees in increments of 1 degree - Pupil diameter minimal measurability: 2mm 2) Corneal Curvature Measurability: - Corneal curvature radius: 5.00mm to 10.00mm - Corneal refractive power: 67.50 Diopters to 33.75 Diopters - Corneal astigmatism refractive power: 0.00 Diopters to +/- 10.00 Diopters - Corneal astigmatism axial angles: 001 degree to 180 degrees in increments of 1 degree. - Corneal color mapping - Adjustable chin rest to lower/higher patients chin to align patient eye with measurement lens. 3) Automatic reading capture when patient is lined up correctly with measurement lens, the unit will automatically take the measurement. 4) Ability to print out the results. 5) Must have easy to read screen to display results. 6) Must be compatible with current (CPRS) Electronic Medical Records System and future (CERNER) system. Technical specifications for the handheld Kerato-refractometer should fall within these parameters to take adequate measurements for ophthalmology: 1) Measurement range - Refractive power reading: -20.00 Diopters to +23.00 Diopters - Based on retinoscopy principal - Cylinder Power reading: -12.00 Diopters to +12.00 Diopters - Axis Reading: 001 degrees to 180 degrees in increments of 1 degree 2) Pupil size measurement: 2.00mm to 12.00mm 3) PD Range: 1mm to 83mm in increments of 1mm 4) Ability to print out the results. 5) Must have easy to read screen to display results. 6) Must be compatible with current (CPRS) Electronic Medical Records System and future (CERNER) system. Scope of work This requirement will require the vendor to ship the items to the SLC VA Medical Center and take care of the pre-test and instrument installation for the two (2) tabletop Kerato-Refractometers. The handheld Kerato-Refractometer requires no installation and will be a drop ship only. There will be no trade in credit for the old refractometers. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs Salt Lake City VA Medical Center 500 Foothill Dr. Salt Lake City, UT 84148 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. Offeror 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. 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 or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. 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. 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. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) Price; (III) Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products; and (IV) Completion of FAR provision 52.225-2 (Buy American Cert) Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products The offeror shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote. Volume IV Completion of FAR provision 52.225-2 (Buy American Cert) The offeror shall complete the Buy American Cert provided in Section (xiii) below. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products Factor 4. Completion of FAR provision 52.225-2 (Buy American Cert) 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 not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: 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. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 3. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products Factor 4. Completion of FAR provision 52.225-2 (Buy American Cert): Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.225-2 Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line-item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: Line-Item No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ ______________ _________________ _________________ (b)[List as necessary] (c) Domestic end products containing a critical component: Line-Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 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. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to mark.holland@va.gov by 4:00pm MT, 5/3/2024. Name and email of the individual to contact for information regarding the solicitation: Mark Holland Mark.holland@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c72da986f4564c87be16dde203d9f762/view)
 
Place of Performance
Address: Department of Veterans Affairs N/A Salt Lake City VA Medical Center 500 Foothill Dr., Salt Lake City, UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN07044509-F 20240428/240426230047 (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.