DOCUMENT
65 -- EYE CLINIC EQUIPMENT Altoona VA Medical Center BRAND NAME OR EQUAL - Attachment
- Notice Date
- 8/28/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
- ZIP Code
- 17042
- Solicitation Number
- 36C24418Q9660
- Response Due
- 8/31/2018
- Archive Date
- 10/30/2018
- Point of Contact
- Contract Specialist:
- E-Mail Address
-
.johnson44@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24418Q9600 Current Response Date: Friday, August 31, 2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17046 Description This is a 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The Altoona VA Medical Center is seeking to purchase, BRAND NAME OR EQUAL, listed below, for their optometry department. All interested companies shall provide quotation(s), specifications, or brochures for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Reliance 6200 Chair Reliance Chair - Choice of two base heights: High: 21 ¼ to 33. Low: 19 ¾ 28 ¼. Base 22 5 16 x 24 ½. Depth: Upright (without headrest): 40. Table: 60. Seat: 19 (wide) x 18. Armrest span: 19. Shipping weight: 355 lbs. Electrical: 60/50 Hz, 6.3 amperes. Optional electric: 230 volts, 50 Hz, 4.0 amperes achieving CSA, C/US certificate of compliance. 3 EA 0002 Reliance 7800 IC/wc stand Height to console: 36 Height to pole top: 71 Base: 21 x 21 Shipping weight: 292 lbs. Standard electrical: 115 volts, 60 Hz, 3 amperes, optional 230 volts, 50 Hz, 1.5 amperes. 3 EA 0003 Small wheelchair glide, option 3 EA 0004 Topcon SL-D301 Slit Lamp LED Three magnifications; 10x, 16x and 25x, Blue filter, Red-free filter, ND filter, UV cut filter and IR cut filter, Halogen illumination, Galilean optics conversion, Topcon DC-4 digital camera compatible 3 EA 0005 Reliance 4246 stools, to match Pneumatic Assist, 15 seat diameter, 2 polyfoam seat construction, 360 degree seat swivel, height range 19.5-27, weight 26lbs 3 EA 0006 Keeler Tonometers for above 3 EA 0007 Heine Omega 500 Wireless BIO, kit7 3 EA 0008 Topcon VT-10 - cyl phoroptot 3 EA 0009 Welch Retinoscope heads only 3 EA 0010 Topcon LM8E manual lensmeter 3 EA 0011 Trial lens sets with frame 3 EA 0012 Innova Pro Video Acuity System 3 EA 0013 First surface mirror for above 3 EA Delivery shall be provided no later than 30 calendar days after receipt of order/award of contract. Delivery terms FOB destination and must be coordinated with facility Point-of-Contact (POC), prior to delivery. The contractor shall deliver line item(s) 0001 through 0013 to Altoona VA Medical Center VAMC, 2907 Pleasant Valley Blvd, Altoona, PA 16602. Delivery Location Address: Department of Veterans Affairs James E Van Zandt Medical Center Bldg 1 (10F) Warehouse 2907 Pleasant Valley Blvd Altoona, PA Postal Code: 16602 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: "(1) price, (2) past performance, and (3) technical capability factor "meeting or exceeding the requirement Quoters must provide a copy of the authorized distributor letter to verify that they are an authorized distributor. 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 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) Addendum: (a) Gray market items are Original Equipment Manufacturer s (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 to 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. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. and its quote if it has not been completed on SAM.gov. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional Clauses: 52.202-1 Definitions (Nov 2013) 52.203-7 Anti-kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.211-6 Brand Name or Equal (Aug 1999) 52.214-21 Descriptive Literature (Apr 2002) 52.232-25 Prompt Payment (Jan 2017) 852.203-70 Commercial Advertising (Jan 2008) 852.211-73 Brand Name or Equal (Jan 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) 852.246-70 Guarantee (Jan 2008) 852.246-71 Inspection (Jan 2008) 852.203-70 Commercial Advertising (Jan 2008) 852.246-71 Inspection (Jan 2008) All quoters shall submit the following: One (1) copy and must provide a certificate or a letter from the manufacturer, stating that they are a certified reseller. All quotations shall be sent to the Contract Specialist via e-mail, at Daniel.johnson44@va.gov. This is an open-market combined synopsis/solicitation for, BRAND NAME OR EQUAL, brands, listed above, as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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). Submission shall be received not later than 4:00 P.M. EST, Friday, August 31, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Daniel Johnson, at Daniel.johnson44@va.gov. Point of Contact Daniel Johnson Contract Specialist 717-272-6621 Ext: 6018 Daniel.johnson44@va.gov Statement of Work Altoona VA Medical Center Summary: The Optometry services that the James E. Van Zandt Medical Center offer are expanding to include an updated room in Altoona. The update is due Biomed not being able to fix or buy parts for the current equipment. Startup Optometry services at the Indiana CBOC, and the Huntingdon CBOC will be offered. The services will include eye exams, low vision assessments and treatment, and refraction fits for over seventeen thousand Veterans. State of Work: All the equipment listed below is needed to preform eye exams, low vision assessments and treatment, and to do refraction exams for Veterans. An eye examination is a series of tests performed by an optometrist assessing vision and ability to focus on and discern objects, as well as other tests and examinations pertaining to the eyes. The VA often recommends that all people should have thorough eye examinations as part of routine primary care, especially since many eye diseases are asymptomatic Eye examinations may detect potentially treatable blinding eye diseases, ocular manifestations of systemic disease, or signs of tumors or other anomalies of the brain. Ideally, the eye examination consists of an external examination, followed by specific tests for visual acuity, pupil function, extraocular muscle motility, visual fields, intraocular pressure and ophthalmoscopy through a dilated pupil. Low vision is both a sub-specialty and a condition. Our Optometrist has undergone further training in Low vision assessment and management. There are various classifications for low vision, this varies from country to country and even from state to state. It must however be noted that the work of a low vision specialist is very important as they aid individuals with reduced vision even in the presence of conventional lenses to be able to make use of their residual vision. For a person to benefit from low vision assessment, the Veteran must be motivated to make use of the residual vision and must again be willing to use the various aids that would be prescribed. General items required: Reliance 6200 with low base chair & small wheelchair guide - Manual pneumatic-assisted recline examination chair to table position power hydraulic lift raises patient smoothly, a recline bar, reachable from both sides of the chair top, activates the counterbalanced recline, membrane switches are engineered for reliable performance, armrests lock in place and release for easy patient access, large hinged footrest supports patient s full weight, and low base to spin the chair to accomplish handicap adaptability. The small wheelchair glide option is needed for our wheelchair bound patients as well. Need three (3) chairs and three (3) wheelchair glides one for each location. Reliance 7800 IC/wc stand - The standard Reliance 7800 stand must be compatible as the pair with the exam chair. Lock and adjust with a single hand. Arm travels 12 and counterbalances for instruments 12-60 lbs. A slit lamp arm-mounted switch raises and lowers the chair. 10 range of movement; delivers instruments up to 20 lbs. 20- 50 lb. capacity; 10 of vertical travel. Need three (3) of these one for each location. Topcon SL-D301 Slit Lamp LED - The microscope must be Galilean type and has three magnifications 10x, 16x and 25x adjustable by a rotating drum. It accepts DC-4 Digital Photo Attachment for color imaging. Have 12.5x eyepieces. Omni directional joystick with trigger button for image capture Built in Cobalt blue, Red-free, ND and UV cut filters. Must accept models Keeler Tonometer applanation tonometers. Need three (3) of these one for each location. Topcon VT-10 phoropter, + cyl Must include synchronized cross cylinders, an extended measurement range, and multi-coated lenses. Need three (3) of these one for each location. Reliance 4246 stools At a minimum the stool must have 15" diameter seat with a 2' high density polyfoam cushion. The lever and a pneumatic device assists in elevating the seat as you take your weight off the stool. Seat Height Range 18.0 to 26.0. Need six (6) of these two for each location. Keeler Tonometers must be compatible. Need three (3) of these one for each location. Heine Omega 500 Wireless BIO, kit7 Kit must include the following: Omega 500 Unplugged Binocular Indirect Ophthalmoscope, HC50 rheostat, mPack Unplugged battery, EN50 Unplugged wall unit. Need three (3) of these one for each location. Welch Retinoscope - 2.8X the brightness and superior streak quality. Optional crossed-linear polarizing filter removes 99% of glare from trial lenses External focusing sleeve offers continuous rotation. Sealed optics keep dust out and optics clean for a more effective exam. Fits all Welch Allyn 3.5 V power sources. Need two (2) of these one for Huntingdon and Indiana locations. Topcon LM8E manual lens meter - LED illuminated target for glare-free viewing and fatigue-free operation. Need two (2) of these one for Huntingdon and Indiana locations. Trial lens sets with frame - Corrected curve meniscus convex and concave lenses of 18mm and 25mm diameter. Need two (2) of these one for Huntingdon and Indiana locations. Innova Pro Video Acuity System must include 20/800 Optotypes, and children symbols. Need two (2) of these one for Huntingdon and Indiana locations. First surface mirror Must be rectangular first surface mirrors are ideal for applications requiring the mirror to be mounted at 45 ° in order to produce a 90 ° bend in the light path. Need two (2) of these one for Huntingdon and Indiana locations. Delivery: James E Van Zandt Medical Center Bldg 1 (10F) Warehouse 2907 Pleasant Valley Blvd Altoona, PA 16602 Hours of Operation Monday-Friday: 0730-1600; not open for operation on federal holidays. Special Instructions: None Salient Characteristics Reliance Chair - Choice of two base heights: High: 21 ¼ to 33. Low: 19 ¾ 28 ¼. Base 22 5 16 x 24 ½. Depth: Upright (without headrest): 40. Table: 60. Seat: 19 (wide) x 18. Armrest span: 19. Shipping weight: 355 lbs. Electrical: 60/50 Hz, 6.3 amperes. Optional electric: 230 volts, 50 Hz, 4.0 amperes achieving CSA, C/US certificate of compliance. Reliance 7800 IC- Height to console: 36 Height to pole top: 71 Base: 21 x 21 Shipping weight: 292 lbs. Standard electrical: 115 volts, 60 Hz, 3 amperes, optional 230 volts, 50 Hz, 1.5 amperes. Topcon SL-D301 Slit Lamp - Three magnifications; 10x, 16x and 25x, Blue filter, Red-free filter, ND filter, UV cut filter and IR cut filter, Halogen illumination, Galilean optics conversion, Topcon DC-4 digital camera compatible Reliance 4246 stools - Pneumatic Assist, 15 seat diameter, 2 polyfoam seat construction, 360 degree seat swivel, height range 19.5-27, weight 26lbs Heine Omega 500 Wireless BIO - Kit containing the OMEGA 500 with LED- or XHL-Technology, the HC 50 L Headband Rheostat, the Rechargeable Battery mPack and the corresponding Plug-in Transformer. Topcon VT-10 - cyl phoroptot - Quick, easy and accurate refractions Precision engineering for superior performance Extended measurement range Multi-coated lenses Synchronized cross cylinders Wide testing range Available in silver and black Welch Retinoscope heads - 2.8X the brightness and superior streak quality versus standard retinoscopes Superior streak quality enables easier and quicker refractions Optional crossed-linear polarizing filter removes 99% of glare from trial lenses External focusing sleeve offers continuous rotation Sealed optics keep dust out and optics clean for a more effective exam Fits all Welch Allyn 3.5 V power sources Topcon LM8E manual lensmeter - Improved optical system LED illuminated target for brighter, glare-free viewing Traditional AO crosshair style target High and wide field eyepiece provides less shading effect and is less fatiguing Improved marking device Battery operated Contact lens measurement Built-in prism compensator
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9660/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9660 36C24418Q9660.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4566382&FileName=36C24418Q9660-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4566382&FileName=36C24418Q9660-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9660 36C24418Q9660.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4566382&FileName=36C24418Q9660-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;James E Van Zandt Medical Center;2907 Pleasant Valley Blvd, Bldg 1 (10F) Warehouse;Altoona, PA
- Zip Code: 16602
- Zip Code: 16602
- Record
- SN05060038-W 20180830/180828231447-70ca9b00a792c7f836837f5e5c61b7b5 (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 |