SOLICITATION NOTICE
65 -- Tango SLT/Yag Combination Laser Console 5 Line Items
- Notice Date
- 7/17/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- 36C24719Q0776
- Response Due
- 7/23/2019
- Archive Date
- 8/22/2019
- Point of Contact
- Paula Griggs
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Network Contracting Office (NCO) 07 has a requirement for Tango SLT/YAG Combination Laser Console. The North American Industry Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing. Department of Veterans Affairs Atlanta VA Medical Center intends to award a Firm Fixed Price Contract for Tango SLT/YAG Combination Laser Console. 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 being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 01 01/22/2019 This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 339112 Surgical and Medical Instrument Manufacturing and the business size standard is 1000 The Contract Line Item Numbers (CLINS), items, quantities and units of measure requested are: Item Description Quantity Unit TANGO SLT/YAG Combination Laser Console. (VA # 6540-439863) 1 ea Total Access Wheelchair Accessible Mobile Table (V-Base) 1 ea Service/Schematics Manual 1 ea 2 Day In-House Training 1 ea Please Include Extra Service Manuals 1 ea SALIENT CHARACTERISTICS The following are the salient characteristics for the SLT/YAG combination laser system. Technology Possess continuously variable anterior and posterior YAG offset with range of at least 1000 microns, half which is anterior offset and half which is posterior offset. Fast repetition rate of laser to deliver energy in the same spot; at least 3Hz speed. Possess both on-axis and off-axis focal illumination to better visualize tissue (especially for yag vitreolysis). Dual colored aiming beam to reduce error of utilizing the wrong type of laser for a particular procedure. Multiple magnifications available on the eyepiece to perform procedure necessary e.g. 10X, 16X, 25X Must be able to connect an observer scope to unit SLT should have laser green wavelength of 532nm YAG should have laser red wavelength of 1064nm Laser source should be Q-switched frequency doubled technology 1. Superior purpose-built optics and slit lamp for SLT and YAG laser delivery (new 2013). 2. Fastest repetition rate of laser delivery at 3-shots per second. 3. Variable YAG Offset: Anterior and posterior range of +/- 500 microns (new-2013) 4. Sharp aiming beam technology for best tissue/laser visibility and treatment (new-2013) 5. Wheelchair Accessibility with small 22 x 35 footprint for mobility and space savings 6. Industry leading 3-year warranty covering all parts and labor. 7. Full service support and large spare parts inventory. 8. Treatment Confirmation Button (Similar to a Time Out in the OR.) Patient Safety 9. Short Illumination Tower (The laser can be fired with the illumination tower on or off-axis.) *Contractors providing equal products shall provide descriptive literature describing equal characteristics and must be compatible with current system. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award. All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition. Quotes shall be submitted via email to Paula.griggs@va.gov. All quotes and additional required documentation are to be received no later than 2:00 PM Eastern Standard Time on July 23, 2019. Please refer to the attached document Solicitation Provisions and Contract Clauses RFQ # 36C24719Q0776 for a complete listing of solicitation provisions and contract clauses applicable to this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719Q0776/listing.html)
- Place of Performance
- Zip Code: 30033
- Record
- SN05372769-F 20190719/190717230032 (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 |