SOLICITATION NOTICE
65 -- Tango SLT/YAG Laser
- Notice Date
- 7/23/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25019Q1194
- Response Due
- 7/26/2019
- Archive Date
- 8/10/2019
- Point of Contact
- stacy.massey@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25019Q1194 Posted Date: 07/23/2019 Original Response Date: 07/26/2019 Current Response Date: 07/26/2019 Product or Service Code: 6540, Ophthalmic Instruments, Equipment and Supplies Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 339112, Surgical and Medical Instrument Manufacturing Contracting Office Address: Department of Veterans Affairs, Network Contracting Office (NCO) 10, VHA Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409. 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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 06/05/2019 and VAAR Update 2008-14, effective 06/12/2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement. The Ann Arbor Healthcare System has a requirement for an Ellex Tango SLT/YAG combination system. The purchase of the new Tango SLT/YAG combination system shall include delivery, installation, and eight hours of in-service training for all staff to learn all performance and operational functions of the equipment by an OEM certified installer. Delivery shall be made to the VA Ann Arbor Healthcare System, Eye Clinic, 2215 Fuller Road, Ann Arbor, MI, 48105. Quotes shall be separated by line item for ease of evaluation. Line Items Line Item Description Quantity 1 Ellex Tango SLT/YAG Combination Laser Console 1 2 Total Access Wheel Chair Accessible Mobile Table (V-Base) 1 3 Ocular Latina SLT Gonio leans with flange 1 4 Ellex Laser Service Manual 1 5 Beam Splitter 1 6 Observation Tube 1 7 Extended Warranty Tango SLT/YAG Silver (parts & labor for any issue) 1 Technical Requirements: SLT/YAG shall be a combination system Shall be FDA approved Shall have a remote operator s panel Shall have a continuously adjustable SLT energy (0.3-2.6 mJ s) with 400-micron SLT spot size Shall have a red aiming beam 635nm with adjustable intensity Shall have an adjustable ultra-Gaussian YAG energy (0.3-10.0 mJ s) Shall have an 8-micron YAG spot size Shall have dual red diode aiming beam Shall have a minimum 2-3 pulse Burst Mode Shall have a minimum variable YAG Offset (continuously adjustable +/- 500 micron anterior and posterior) Shall have fast firing speed no less than 3Hz Shall have joystick firing Shall have patient hand grips Shall include an operator s manual Shall include safety glasses (1064nm/532nm) Shall be wheel chair accessible with a maximum footprint of 22 x 35 Shall include a minimum 3-year warranty covering all parts and labor Shall include a dust cover Statement of Work PROJECT: Contractor shall deliver and install one SLT/YAG Combination Laser Console to include additional accessories listed above. Contractor shall provide a minimum of 8-hour in-service training for all staff SCOPE OF WORK: Contractor shall provide all material, equipment, labor, and supervision required to install the SLT/YAG Combination Laser Console and accessories. Contractor shall test and inspect the laser console after installation to ensure correct performance and provide written documentation in support of functionality and performance. PERFORMANCE: Contractor shall be responsible for verifying available space and space requirements of equipment. PLACE OF PERFORMANCE: VA Ann Arbor Healthcare System, Operating Room Suite, 2215 Fuller Road, Ann Arbor, MI, 48105. REPORTING: Installation shall be performed during normal working hours. The Contractor s staff members are to report to the Contracting Officer Representative (COR) where work is being conducted prior to starting any work. After work is completed, the contractor s technician(s) shall submit in writing, a complete report of equipment installed, and services performed. The COR will sign the service report upon completion of the installation, and before the staff leaves the facility. DELIVERY AND INSTALLATION: Contractor shall be responsible for coordinating delivery and installation with the Eye Clinic at the Ann Arbor VAMC. Contractor shall deliver product to the Ann Arbor VAMC, Eye Clinic. Installation includes delivery, uncrating and assembling as required or necessary. If any items are received damaged or incorrectly, it shall be the responsibility of the Contractor to notify the manufacturer and make arrangements for replacement or repair. Contractor shall be responsible for removing crating or debris associated with the delivery and installation. Ann Arbor VAMC will not provide dumpsters or trash service for debris associated with this job. Contractor shall be responsible for any hardware, equipment, or tools required for the assembly and installation of the product. Contractor shall leave area clean and neat. The Contractor shall be responsible for general cleaning of all product installed and removal of packing materials. All contractor equipment shall be fully supervised by contractor technicians and fully secured when not in use. HOURS OF WORK: Work shall be performed during normal hours, between the hours of 8:00am 4:30pm, Monday through Friday, and shall be completed within one (1) day of starting. GOVERNMENT HOLIDAYS: The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. APPLICABLE PROVISIONS AND CLAUSES: The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) Addendum to 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.204-13, System of Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) FAR 52.243-1, Changes Fixed Price (Aug 1987) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.211-72, Technical Industry Standards (Nov 2018) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring Compliance (Jul 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) VAAR 852.247-71, Delivery Location (Oct 2018) VAAR 852.247-74, Advance Notice of Shipment (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) Of which are included and applicable: FAR 52.209-6, Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-19, Child labor Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities. (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (Jul 2014) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) FAR 52.225-1, Buy American Supplies. (May 2014) FAR 52.225-13-Restrictions on Certain Foreign Purchases. (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.214-21, Descriptive Literature (Apr 2002) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. 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: (Contractor shall list exception(s) and rationale for the exception(s)). OFFER AND EVALUATION OF AWARD: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed, Price Purchase Order, resulting from this solicitation, to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Quotes will be evaluated by Best Value. The following factors will be used in evaluation: technical capability and functionality, warranty, past performance, and price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Ann Arbor VAMC personnel to discuss this RFQ during the solicitation and evaluation process. PROCEDURE FOR SUBMITTING DOCUMENTS TO THE DEPARTMENT OF VETERANS AFFAIRS: DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: stacy.massey@va.gov SUBMISSION OF OFFER: All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. Delivery and installation shall be provided no later than 45 days after receipt of order/award of contract. Contractor shall deliver items FOB destination. The contractor shall deliver all line items to the Place of Performance. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Quotes shall be separated by line item for ease of evaluation. Quote package shall include descriptive literature. Literature shall include current warranty provisions to support the government s evaluation of the offered product(s). RESPONSES ARE DUE: Friday, July 26, 2019 at 12:00pm EST. Offers will only be accepted electronically via e-mail to stacy.massey@va.gov. Enter RFQ 36C25019Q1194 Tango SLT/YAG Laser in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-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/DaVAMC552/DaVAMC552/36C25019Q1194/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA Ann Arbor Healthcare System;Eye Clinic;2215 Fuller Road;Ann Arbor, MI
- Zip Code: 48105
- Country: USA
- Zip Code: 48105
- Record
- SN05378532-F 20190725/190723230032 (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 |