DOCUMENT
65 -- Centurion Vision Systems (CSN 6540-439601 EIL-434 NEC# 15-112) - Attachment
- Notice Date
- 2/24/2015
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26215Q0441
- Response Due
- 3/6/2015
- Archive Date
- 4/5/2015
- Point of Contact
- Daniel Ruiz
- E-Mail Address
-
766-2280<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 13 prepared with the format in Subpart 12.6, as supplemented with additional information included in this notice. The acquisition strategy will be full and open competition to best meet the needs of the Government. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number #VA262-15-Q-0441 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) There are no set-aside provisions associated with this procurement; NAICS code #339112 and small business size standard is 500 employees. (v) The technical specifications are listed as brand name or equal (FAR 52.211-6 is applicable). For equal items, please include technical specifications. If technical specifications showing how the equal product meets the salient characteristics are not included, your quote will be considered non-responsive. Cataracts Removal Equipment - Centurion Vision System (1) with Torsional Hand piece (4) or equal The "or equal" equipment is required to have the following minimum salient characteristics: 1.A system that is compatible with the Zeiss microscopes and LenSx laser surgery system already in use by the medical center. 2. Must have Active fluidics to provide fluidics during active phacoemulsification. 3.A fluidic system that responds quicker than the gravity-fed or pressurized irrigation system. 4.A system that will allow the surgeon to compensate for patient eye level. 5.A system that allows the surgeon to ramp up the vacuum and inflow to a specific IOP. This ramping up has to be controllable to allow for better outcomes in patient with Flomax irises, previously vitrectomized eyes and high myopes. 6.A wireless foot pedal to prevent damage when beds and chairs are moved during surgery and when other services are in the operating rooms. 7.Capable of a controlled implantation of the intraocular lens (IOL) 8.System must be FDA approved. 9.Looking for trade in credit on two (2) Infiniti Vision Systems. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are "or equal", a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non responsive and not considered for award. Vendor Requirements 1.Vendor shall provide delivery, onsite installation and inspection services to ensure that the system is safe and effective for clinical use. 2.Vendor shall provide all the documentations on the incoming inspection to the VHABHS clinical engineering department for record keeping and verification. 3.Vendor shall provide all operational and technical manuals to the clinical operator and the clinical engineering department. 4.Vendor shall provide one (1) year comprehensive warranty on services and parts starting from the first day the system is installed and certified to pass all initial calibration and diagnostic tests in the clinical environment. (vi) N/A (vii) Date(s) and place(s) of delivery and acceptance and FOB point. FOB Destination delivery shall occur within 15 business days after award to the following destination address: Veterans Affairs Medical Center at Loma Linda 11201 Benton Street Warehouse - 1C05 Loma Linda, Ca 92357 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addenda to the provision. a. The Offeror's quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. b. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000. c. All firms must be registered in SAM at https://www.samgov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition and stated below. FAR Clause 52.203-6 FAR Clause 52.204-10 FAR Clause 52.209-6 FAR Clause 52.219-4 FAR Clause 52.219-8 FAR Clause 52.219-28 FAR Clause 52.222-3 FAR Clause 52.222-19 FAR Clause 52.222-21 FAR Clause 52.222-26 FAR Clause 52.222-35 FAR Clause 52.222-36 FAR Clause 52.222-37 FAR Clause 52.222-40 FAR Clause 52.223-18 FAR Clause 52.225-1 FAR Clause 52.225-5 FAR Clause 52.225-13 FAR Clause 52.232-34 Other Applicable VAAR clauses: 852.203.70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-70 SERVICE DATA MANUALS (NOV 1984) 852.232-72 Electronic submission of payment requests. As prescribed in 832.7002-2, insert the following clause: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (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, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (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. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (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). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, 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: (xv) Quotes are to be received no later than 12:00 pm, 6 March 2015 at email address: Daniel.Ruiz@va.gov, subject "Quote: VA262-15-Q-0441 [VENDOR NAME]"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q0441/listing.html)
- Document(s)
- Attachment
- File Name: VA262-15-Q-0441 VA262-15-Q-0441_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1883284&FileName=VA262-15-Q-0441-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1883284&FileName=VA262-15-Q-0441-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-15-Q-0441 VA262-15-Q-0441_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1883284&FileName=VA262-15-Q-0441-000.docx)
- Place of Performance
- Address: VA Loma Linda Healthcare System;11201 Benton Street;Warehouse - 1C05;Loma Linda, Ca
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN03649849-W 20150226/150224234855-44b974912cca88aed245615d9d84199a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |