Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2023 SAM #7904
SOLICITATION NOTICE

65 -- RETeval Electroretinogram CS: Maureen Sundstrom

Notice Date
7/17/2023 8:22:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0812
 
Response Due
7/21/2023 3:00:00 PM
 
Archive Date
08/20/2023
 
Point of Contact
Maureen Sundstrom, Contract Specialist, Phone: 253-888-4935
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 11 *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 10 DESCRIPTION Combined Synopsis/Solicitation Notice Effective Date: 02/01/2022 Page 10 of 10 This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This is a Brand Name or Equal To Request for Quote (RFQ), and the solicitation number is 36C26023Q0812. The Government anticipates awarding a firm-fixed price supply order from this solicitation. This is a solicitation for RETeval Electroretinogram. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 Effective June 02, 2023. This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees and the PSC is 6540. All interested companies shall provide quotations that are Brand Name or Equal To for the following: Equipment Needed: LKC Technologies 1 00857901006033 RETeval Complete (USA) 1 95-076 RETeval Flash Electrode & Supply Kit 4 95-068 Sensor Strip Electrodes (Box of 50 pairs) 1 Extended Warranty RETeval Complete Extended Warranty 1 year Salient Characteristics: Electroretinogram must be Portable, handheld - device can be used anywhere in various clinic settings must have Constant pupil tracking - allows for non-dilated testing must have Noninvasive Electrodes and not require corneal electrodes Testing on both eyes can be completed in only few minutes Appropriate for any age Color-coded report to simplify interpretation must have Diabetic retinopathy score must have Automated dimming and reddening of the display during dark-adapted testing must Dynamically measure and compensate for pupil size to create a consistent retinal stimulation must Measure and report ambient light levels Display must show real-time view must have Objective test ability used for management of diabetic, retinopathy, CRVO and glaucoma patients, at all stages must include device training must include report interpretation training must be small enough to fit in a drawer or similar small area no larger than 14X8X5 inches must have cordless ability with minimum 4 hour battery life must be FDA approved for use with dilated and undilated pupils must have minimum 1 year warranty Should meet the Specifications of the RETeval Device Light source Red LED (621 nm) Green LED (530 nm) Blue LED (470 nm) White RGB Flash luminance energies(cd/m2) 0.0001-15 0.001-17 0.0001-5 0.002-30 Background Luminance (cd/m2) 0.03-3000 0.2-3500 0.03-1200 0.4-6000 Input type Custom 3 pin connector with positive, negative, and right leg drive signal Noise 100 dB at 50-60Hz Frq. Range DC-Couple Flicker Frq. Approximately 71nV /bit Data resolution Approx 71 nV / bit Input range +/- 0.6V Sampling rate Approx.. 2KHz Timing accuracy < +/- 0.1ms Timing Precision Typically, < +/-1 ms Pupil Measurement 1.3mm 9.0mm - <0.1mm resolution, 28.3 Hz Safety Battery-powered. Complies with optical, electrical, and biocompatibility safety standards Power source Li-Ion battery allows testing of approx.. 70 patients before recharging, depending on the protocol used Rechage Time 4hrs Charger included Size 2.8 Wx3.8 Dx9 H Weight 8.5 oz Docking Station Convenient storage location, charging stand, and USB connectivity to your computer and network Protocols Based on software options, choose from retinal illuminance(TD) and luminance(cd/m20) versions of ISCEV standard protocols, flicker protocols, and other protocols Delivery shall be FOB: Destination: 30-60 days after receipt of order is preferred. All deliveries will be coordinated with the Alaska VAMC Point of Contact. Place of Delivery: Department of Veterans Affairs Alaska VA Healthcare System AVAHS Warehouse 5955 Zeamer Ave JBER, AK, 99506 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: 1. FAR 52.212-1, Instructions to Offerors Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.225-2 Buy American Certificate (Oct 2022) (41 U.S.C. chapter 83) 52.233-2 Service of Protest (SEPT 2006) 52.252-1 Provisions Incorporated by Reference (FEB 1998) VAAR Provisions: 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (a) Gray market items are Original Equipment Manufacturers (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) 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. (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 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. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) 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 contractors, the offeror making such contact may be excluded from award considerations. (f) 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. (g) 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. (End of Addendum to 52.212-1) 2. FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Technical compliance Price *Adherence to the technical characteristics and meeting the special standard is more important than price. (a) 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 offeror'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. 3. Offerors must complete annual representation and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with 52.212-3, Offerors Representations and Certifications -- Commercial Products. If paragraph (j) of the provision is applicable, a written submission is required. 4. Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification (https://www.sba.gov). The following contract clauses apply to this acquisition: 5. FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.222-19 Child Labor Cooperation with Authorities and Remedies (DEC 2022) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.208-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JAN 2023) 852.208-71 Service-Disabled Veteran-Owned and Veteran Owned Small Business Evaluation Factor Commitments (JAN 2023 DEV) 852.212-71 Gray Market Items (NOV 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) 852.247-71 Delivery Location (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) 6. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAR 2023) The following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 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 (JUN 2020) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-1 Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 7. All quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 3:00 PM PST on 07/21/2023. Quotes may be submitted on this document or the vendor s own form and must include the completed Buy American Certificate 52.225-2, and if not the manufacturer, an authorized distributor letter. Any offer that does not provide the supporting documentation may be considered non-responsive. Required Supporting Documentation: Buy American Certificate Authorized Distributor Letter if not the manufacturer Certification that equipment meets/exceeds the salient characteristics of the desired brand above Delivery date The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov. See attached document: 52.225-2 BUY AMERICAN CERTIFICATE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9da06ace3232485dbe81152d13835dff/view)
 
Place of Performance
Address: Department of Veterans Affairs Alaska VA Healthcare System AVAHS Warehouse 5955 Zeamer Ave, JBER 99506
Zip Code: 99506
 
Record
SN06752094-F 20230719/230717230055 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.