SOLICITATION NOTICE
65 -- 521-19-3-237-0172 Optometry Replacement HFAs (VA-19-00070041)
- Notice Date
- 7/18/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- LYNETTE.LANE2@VA.GOV;Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
- ZIP Code
- 35233
- Solicitation Number
- 36C24719Q0785
- Response Due
- 7/23/2019
- Archive Date
- 10/30/2019
- Point of Contact
- LYNETTE.LANE2@VA.GOV
- Small Business Set-Aside
- N/A
- 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 on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is 36C24719Q0785. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-70 effective September 30, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 and Product Service Code (PSC) 6540. This combined/synopsis solicitation is set aside for Service Disabled Veteran Owned Small Businesses/ AND Veteran owned Small Businesses (SDVOSB s/VOSB) in accordance with VAAR 852.219-10. Only VA verified SDVOSB s/VOSB in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The Department of Veterans Affairs, Birmingham VA Medical Center Birmingham, AL 35233 has a requirement for the following Supplies: 266002-1170-7 747-PRO 1 ZEISS OS | HFA3 MODEL 860 W/ LIQUID TRIAL LENS, RELEYE, KINETIC,| GPA, HEAD TRK, GAZE TRK, PRINTER & TABLE 5 EA 2 3PWRNTY 1 EA Salient Characteristics HFA Test Specifications Maximum temporal range (degrees) 90 Stimulus duration 200 ms Visual field testing distance 30 cm Background illumination 31.5 ASB Threshold test library 24-2, 30-2, 10-2, Macula 60-4, Nasal step Threshold test strategy SITA Standard, SITA Fast and SITA Faster, Full Threshold, FastPac SITA-SWAP Suprathreshold test library C40, C76, C80 C64, C-Armaly Peripheral test patterns Suprathreshold test modes Age corrected Threshold related, Single intensity Specialty test library Social Security Disability, monocular, binocular Esterman monocular, binocular, superior 36, 64 Kinetic testing Custom Kinetic testing Custom Static testing Operator interface Touch-screen CRT with keyboard Fixation control Heijl Krakau blind spot monitor Video eye monitor Gaze tracking Head tracking Vertex monitoring Stimulus White-on-white Red- or blue-on-white Blue-on-yellow (SITA SWAP) General Testing Features Stimulus sizes Goldmann I-V Foveal threshold testing Automatic pupil measurement Liquid Trial Lens (Auto TLC) RelEYE eye review Test storage User-defined Software features Single Field Analysis (SFA) Glaucoma Hemifield Test (GHT) Visual Field Index (VFI) Guided Progression Analysis (GPA) Mixed GPA Serial field overview Networking FORUM Connectivity DICOM Connectivity Data storage, retrieval and analysis Hard drive 500GB USB Printer Native postscript printer support for network capable printers 30 days ARO Contract Type: Firm Fixed Price (FFP) Offers for the items described above are due by 4:00 PM CST on JULY 23,2019 to Lynette.Lane2@va.gov and must include solicitation number, FOB destination to the BVAMC, proposed delivery schedule, discount/payment terms, warranty duration, and DUNS number. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product (s) is other than domestic end product(s) as defined in the clause entitled Buy American Act Supplies, the offeror shall so state and shall list the country of origin. FAR 52.212-2 (OCT 2014) Evaluation Commercial Items- The following factors shall be used to evaluate offers: Technical Capability of the item offered to meet the Government requirement Price FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.233-2, 52.203-13, 52.203-17, 52.204-9, 52.228-5, 852.211-73, 852..219-10, 852.237-70, 852.246-70, 852.246-71, 52.211-16, 52.216-1, 52.222-41, 852.270-1, and 852.273-74. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-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/BiVAMC521/BiVAMC521/36C24719Q0785/listing.html)
- Place of Performance
- Zip Code: 35233
- Record
- SN05374272-F 20190720/190718230034 (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 |