SOLICITATION NOTICE
65 -- Ophthalmic Equipment for Four (4) Fully Equipped Eye Lanes Oklahoma VA Community Based Outpatient Clinic
- Notice Date
- 5/11/2021 7:09:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25921Q0434
- Response Due
- 5/20/2021 4:00:00 PM
- Archive Date
- 06/19/2021
- Point of Contact
- Loretta Schmidt, Contract Specialist, Phone: 303-712-5794
- E-Mail Address
-
Loretta.Schmidt@va.gov
(Loretta.Schmidt@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25921Q0434 Ophthalmic Equipment for Four (4) Eye Lanes -- Oklahoma VA Community Based Outpatient Clinic This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm MST, May 17, 2021* All questions must be submitted in writing by email Loretta.Schmidt@va.gov no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Loretta.Schmidt@va.gov no later than 5:00pm MST, May 20, 2021** Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25921Q0434. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 effective August 13, 2020. The North American Industrial Classification System (NAICS) code for this procurement is 339115 with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for small businesses. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Reliance FX-920-L Chair, #20 Pearl, Upholstery color CS0RLFX920U OR EQUAL 4 EA _____________ _____________ 0002 Reliance FX-920 Cushion Set, #206 Charcoal OR EQUAL 4 EA _____________ _____________ 0003 Reliance 7900-IC Floor Unit with Wheelchair Modification, #20 Pearl OR EQUAL 4 EA _____________ _____________ 0004 Chair Mover, For Chair with Rectangular Base up to 22 1/2 Inches Wide OR EQUAL 4 EA _____________ _____________ 0005 Reliance 5346 Pneumatic Stool, #206 Charcoal OR EQUAL 4 EA _____________ _____________ 0006 Reichert 11635B Plus Cylinder Ultramatic RxMaster Phoroptor, Black OR EQUAL 4 EA _____________ _____________ 0007 Haag-Streit 900 BQ LED Slit Lamp, Unit Model OR EQUAL 4 EA _____________ _____________ 0008 Haag-Streit BP/BQ/BX Applanation Tonometer OR EQUAL 4 EA _____________ _____________ 0009 Keeler Vantage Plus LED Wireless Indirect with Slimline Charging System OR EQUAL 4 EA _____________ _____________ 0010 Volk 20D Large Aspheric Lens, Clear (50mm) OR EQUAL 4 EA _____________ _____________ 0011 Volk 90D Small Aspheric Lens, Clear (21.5mm) OR EQUAL 4 EA _____________ _____________ 0012 Lombart Standard Refraction Desk with Console, Right Hand, Requires Prewire, Specify Vltg OR EQUAL 4 EA _____________ _____________ 0013 Refraction Desk Prewire Kit OR EQUAL 4 EA _____________ _____________ 0014 Lombart Full Diameter Trial Lens Set with Plus Cylinders in Casen OR EQUAL 4 EA _____________ _____________ 0015 Marco CP-770 Automatic Chart Projector OR EQUAL 4 EA _____________ _____________ 0016 Wall Mount for Marco CP-600/670/690/770 OR EQUAL 4 EA _____________ _____________ 0017 Front Surface Mirror Set Limestone, 12 in x 12 in OR EQUAL 4 EA _____________ _____________ 0018 Welch Allyn 18245 Elite Streak Retinoscope OR EQUAL 4 EA _____________ _____________ 0019 Welch Allyn 11720 3.5v Halogen Coaxial Ophthalmoscope OR EQUAL 4 EA _____________ _____________ 0020 Welch Allyn 41100 3.5v Halogen Finnoff Transilluminator OR EQUAL 4 EA _____________ _____________ 0021 Welch Allyn 71670 3.5v NiCad Well Handle OR EQUAL 12 EA _____________ _____________ 0022 Horizontal Prism Bar OR EQUAL 4 EA _____________ _____________ 0023 Vertical Prism Bar OR EQUAL 4 EA _____________ _____________ 0024 S-22 Loose Prism Set OR EQUAL 4 EA _____________ _____________ 0025 Ishihara 14 Plate Book Test Chart OR EQUAL 4 EA _____________ _____________ 0026 Stereo Optical Fly Test with polarized glasses OR EQUAL 4 EA _____________ _____________ 0027 Topcon LM-8E Lensmeter with External Scale, AC Adapter Optional OR EQUAL 4 EA _____________ _____________ 0028 Snellen Reading Card (Cardboard 4 1/4"" x 6 1/2"") OR EQUAL 8 EA _____________ _____________ 0029 DGH 55B Pachmate 2 Pachymeter with Bluetooth OR EQUAL 4 EA _____________ _____________ 0030 Lorgnette Pinhole Occluder OR EQUAL 8 EA _____________ _____________ 0031 Tono-Pen XL Tonometer OR EQUAL 8 EA _____________ _____________ 0032 Delivery, Installation, and Training 1 JB _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired: See descriptions in (v) above and the attached Statement of Work. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Community Based Outpatient Clinic, located at 7919 Mid-America Boulevard, Third Floor, Oklahoma City, OK 73135-6610. 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. Offeror 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. 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 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. The offeror must be an authorized distributor of the manufacturer s products being proposed with the capability of performing all requirements outlined in this combined synopsis/solicitation notice. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate equal products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. The offeror must be an authorized distributor of the manufacturer s products being proposed with the capability of performing all requirements outlined in this combined synopsis/solicitation notice. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 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 (JUN 2020) (E.O. 13513) FAR 52.225 5 Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: N/A 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising (NOV 2008) VAAR 852.211-70 Service Data Manuals, (NOV 1984) VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019 Deviation) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Rejected Goods 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) The following VAAR provisions are to be incorporated by reference: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Loretta.Schmidt@va.gov by 5:00pm MST, May 20, 2021. Name and email of the individual to contact for information regarding the solicitation: Loretta Schmidt Loretta.Schmidt@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/338490d129424a4bbf34aa464beaaa0d/view)
- Place of Performance
- Address: VA Oklahoma CBOC 7919 Mid-America Boulevard, Third Floor, Oklahoma City, OK 73135-6610, USA
- Zip Code: 73135-6610
- Country: USA
- Zip Code: 73135-6610
- Record
- SN05998499-F 20210513/210511230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |