SOLICITATION NOTICE
58 -- CAP Optelec Clearview
- Notice Date
- 2/23/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 06J25-01, Alexandria, Virginia, 22350-1300, United States
- ZIP Code
- 22350-1300
- Solicitation Number
- H98210-17-T-0019
- Archive Date
- 3/18/2017
- Point of Contact
- Rodrick McGill, Phone: 5713722619
- E-Mail Address
-
rodrick.l.mcgill.civ@mail.mil
(rodrick.l.mcgill.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation CAP Optelec (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby being requested and a written solicitation will not be issued. (ii) The solicitation number is H98210-17-T-0019 and the solicitation is issued as request for quote (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 effective 19 January 2017. (iv) This requirement is being advertised as a total small business set-aside. The applicable NAICS code is 333314 and the small business size standard is 500 Employees. (v) A list of contract line item numbers and items, quantities and units of measure, is as follows: 0001 Optelec ClearnView+ Speech HD, QTY 4 EACH (see SOW 4.1) (vi) The Contractor shall provide the Computer/Electronics Accommodations Program (CAP) Office with 4 Optelec ClearView+ Speech HD as detailed above and in the attached Statement of Work (Attachment A). (vii) Delivery of the items shall occur no later than (NLT) 20 calendar days after date of contract award. Please see Statement of Work (Section 6.0) for place(s) of delivery. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Additionally, quotes shall include the offeror's Tax Identification Number (TIN), CAGE code, DUNS number, and business size. Proposed pricing shall be firm-fixed price (FFP). Discounted prices are encouraged and appreciated. This is an "all-or-nothing" requirement. Partial quotes will be deemed unresponsive and will not be evaluated. (ix) The provision at 52.212-2, Evaluation-Commercial Items is not applicable to this acquisition. Quotes will be evaluated and a contract awarded to the responsible offeror with the lowest price technically acceptable (LPTA) based on the requirement detailed in this RFQ and the bidder's ability to meet the Government-required delivery schedule. (x) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. However, offerors are not required to submit a copy of 52.212-3. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 DEV, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) Additionally, the following provisions/clauses apply to this acquisition: FAR 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.232-36, DFARS 252.204-7004, 252.232-7006. This requirement is a BRAND NAME requirement. Please see attached Justification and Approval (J&A) (Attachment B). (xiv) The Defense Priorities and Allocations System (DPAS) does not apply and there is no assigned rating. (xv) Quotes are due no later than (NLT) 11:00AM Eastern on March 3, 2017. Quotes shall be submitted electronically to the Contract Specialist via email only (see below). (xvi) Contract Specialist: Rodrick L. McGill at rodrick.l.mcgill.civ@mail.mil. NO TELEPHONE CALLS WILL BE ANSWERED REGARDING THIS SOLICITATION. (End of Synopsis/Solicitation) ATTACHMENT A Statement of Work (SOW) 1.0 INTRODUCTION: The Computer/Electronics Accommodations Program (CAP) Office requires 4 Optelec ClearView+ Speech HD for Federal Government employees with disabilities. These items will address various low vision-related conditions that can be accommodated by utilizing a CCTV to assist with reading and viewing hard copy documentation. 2.0 BACKGROUND: The Rehabilitation Act Amendments of 1973, as amended, Title VI - Employment Opportunities for Individuals with Disabilities requires assisting employers in understanding and meeting the requirements of the Americans with Disabilities Act of 1990 (42 U.S.C. 21101 et seq.) as the Act relates to employment of individuals with disabilities. These products are required by federal employees with various low vision-related conditions that can be accommodated by utilizing a CCTV to assist with reading and viewing hard copy documentation. The 4 Optelec ClearView+ Speech HD products in this requirement are the only products that meet the specific ergonomic and technical requirements of each federal employee being accommodated. 3.0 SCOPE: The contractor shall provide 4 Optelec ClearView+ Speech HD. 4.0 REQUIREMENTS: The contractor shall: 4.1 Provide the below listed products/services: Description Product/Serial # Quantity Optelec ClearView+ Speech HD HDEBBUSPEECH 4 4.2 Ensure customer names are included in an Attention Line once the requirement is awarded and when shipping the products. 5.0 DELIVERABLES: Description Reference Delivery Date Optelec ClearView+ Speech HD 4.1 Within 20 days of contract award date. Tracking number for each shipment 6.2 Upon shipment. Delivery Receipts 6.3 Within 30 days of shipment of the products. 6.0 DELIVERY: 6.1 Ship to the following address using a method that can be tracked: Western Currency Facility 9000 Blue Mound Rd Rm A111 Ft. Worth, Texas 76131 QTY: 1 VA North Texas Health Care System - Human Resources (05)/LRAC 4500 S. Lancaster Rd. Bldg TT-51 Dallas, Texas 75216 QTY: 1 Office of Personnel Management 1900 E Street Rm 3459A Washington, District of Columbia 20415 QTY:2 6.2 Items must be shipped using a method that can be tracked. 6.3 Email the tracking number for each shipment to: kameelah.n.montgomery.civ@mail.mil 6.4 Provide Government signed delivery receipts with the respective invoice(s). End of Attachment A (Attachment B) Justification and Approval For Other Than Full and Open Competition 1. Contracting Agency: Defense Human Resource Activity- DHRA Contracting Directorate 4800 Mark Center Drive, Alexandria, Virginia, 22350. 2. Authority Cited: 10 U.S.C.2304(c)(1), FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements -BRAND NAME. 3. Description of Supplies and Services: The Computer/Electronics Accommodations Program (CAP) Office requires 4 Optelec ClearView+ Speech HD for Federal Government employees with disabilities. These items will address various low vision-related conditions that can be accommodated by utilizing a CCTV to assist with reading and viewing hard copy documentation. 4. Description of Action: A firm fixed price contract is planned for this one time acquisition. FY17 Operating and Maintenance (O&M) funds are available. 5. Reason for Authority Cited: a. The Rehabilitation Act Amendments of 1973, as amended, Title VI - Employment Opportunities for Individuals with Disabilities requires assisting employers in understanding and meeting the requirements of the Americans with Disabilities Act of 1990 (42 U.S.C. 21101 et seq.) as the Act relates to employment of individuals with disabilities. These products will accommodate federal employees with various low vision-related conditions requiring the utilization of a CCTV to assist with reading and viewing hard copy documentation. The 4 Optelec ClearView+ Speech HD products in this requirement are the only products that meet the specific ergonomic and technical requirements of each federal employee being accommodated. b. For each product, other brand name alternatives were evaluated: The Optelec ClearView+ Speech HD is an integration of OCR and text-to-speech technology in a desktop video magnifier. The CCTV has an ergonomic design that enables the customer with impaired vision such as Astigmatism, Cataracts and Glaucoma to sit erect in front of the HD monitor with mid-line just below their line of sight. The Optelec HD allows the customer who has a secondary condition such as dexterity-related issues to sit close enough to the screen to significantly reduce neck/shoulder stain. The design allows the user who has central low vision to write/fill out forms while sitting with erect posture. This unit also allows the user to convert to the OCR to use the full page screen reader when needed. The Point & Read interface allows you to touch the screen for the Speech feature. Like other CCTVs, such as the Smartview Synergy 22, Topaz and Merlin provides similar features including magnification, color contrast options and monitor arm flexibility. The Smartview is a closed television, available in 19 inch or 22 inches, provides magnification of hard copy documents, color contrast options like white on black or yellow on blue. This device is equipped with and adjustable arm and reading table. However, the Smartview will not meet the needs for an employee who requires a high definition screen due to their vision condition such as Astigmatism, Cataracts, etc. The Topaz CCTV is a closed circuit television, available in 20in or 22 inches, that provides magnification of hard copy documents and color contrast options. The Merlin is a closed circuit television, available in 19 or 22 inches, that provides magnification of hard copy documents, color contrast options like white on black or yellow on blue and brightness adjustments. However, the Topaz or the Merlin doesn't have OCR that the employee requires due to their eye fatigue. The OCR capability will allow the employee to listen to the material being read aloud. The employee requires a device such as the Optelec Clearview+ Speech HD that combines a high-definition video magnification with text-to-speech option and a larger viewing field. Therefore the Optelec Clearview+ Speech HD is the only acceptable solution for this customer. c. Market research indicates that these specific products are the only ones that will meet each customer's individual needs taking into account disability condition. 6. Effort to Obtain Competition: Competitive quotes will be sought directly from vendors from whom these products are available. These items were previously procured via Blanket Purchase Agreements (BPA), there is vast amounts of historical static pricing among several vendors. However, BPA's are not available at this time and the new solicitation of BPA's are in the process of being awarded. Due to the number of items requested in this CAP order (#88911), the requirement has exceeded the micro-purchase threshold and now requires this to be acquired through other means. 7. Effort to remove barriers to/increase competition: For future requirements, the CAP office will conduct a thorough review of the marketplace to ensure that any/all barriers to competition are removed so that competition can be obtained to the maximum extent practicable. 8. Market Research: Research was conducted via GSA Advantage, the internet, and direct contact with vendors for pricing information. Market research identified three small businesses that can fill this requirement, one of which holds a GSA schedule. One small business was identified that was unable to provide pricing as this is an item that is sold in territories and they are not a certified reseller of the item. 9. Interested Sources: 1) New England Low Vision and Blindness/Vision Dynamics, 799 West Boylston Street, Ste 140, Worcester, MA 01606 2) Envision Technology, 4905 Del Ray Avenue, Ste 320, Bethesda, MD 20814. 3) Vision Support Systems 1701 Kiva Road Silver Springs, MD 20905. 4) Integration Technologies Group, 2745 Hartland Road, Falls Church, VA 22043. 10. Other Factors: Executive Order 13164 requires all Federal agencies to establish procedures on handling requests for reasonable accommodation for civilian employees; to include wounded service members. The CAP office time frame for processing an approved request is not later than 30 business days from the date of the request. As a result delivery for this acquisition is not later than 20 days after the date of award. End of Attachment B
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bd806c2a46bd7dbe783c8d8406abd154)
- Place of Performance
- Address: n/a, United States
- Record
- SN04413466-W 20170225/170223235900-bd806c2a46bd7dbe783c8d8406abd154 (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 |