SOLICITATION NOTICE
65 -- NX EQ Digital Visual Acuity System
- Notice Date
- 11/29/2023 12:49:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G24Q0030
- Response Due
- 12/29/2023 9:00:00 AM
- Archive Date
- 02/27/2024
- Point of Contact
- Lasheena Christian, Contract Specialist, Phone: (202) 701-5592
- E-Mail Address
-
lasheena.christian@va.gov
(lasheena.christian@va.gov)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 10 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice DESCRIPTION Combined Synopsis/Solicitation Notice Page 1 of 68 Page 1 of 68 Page 1 of 68 Page 1 of Page 1 of Combined Synopsis/Solicitation Notice Page 1 of Number: 36C10G24Q0030 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C10G24Q0030 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-05, dated 22 September 2023. Requirement Description: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has a requirement to purchase Digital Visual Acuity System to deliver patient care at its VA Medical Centers around the country. Digital Visual Acuity System-LCD, are designed to assess the clarity and sharpness of a patient s visual abilities. Visual acuity testing systems are based on having the patient view a chart of optotypes, colors or patterns. A standard part of most exam lanes, visual acuity tests can take a number of forms. At their simplest, these tests can be preprinted cards or charts that can be hung or projected on a wall. However, newer digital visual acuity testing systems are built around computer monitors which allow the system to feature a large number of vision tests that can be accessed via remote control and set up for direct or mirrored viewing. Whether evaluating a new patient or conducting a post-op assessment, a visual acuity testing system can be an important part of a practice. A Multiple Award Blanket Purchase Agreement (BPA) will be awarded IAW FAR 13.303 in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the terms for cost/price and technical capabilities of the equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, Product Service Code: 6540 Ophthalmic Instruments, Equipment, and Supplies and the associated size standard is 1,000 employees. This procurement action is issued as full and open competition. This acquisition is for Multiple Award Blanket Purchase Agreement (BPA) in accordance with FAR 13.303 for NX EQ DIGITAL VISUAL ACUITY SYSTEM-LCD as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ DIGITAL VISUAL ACUITY SYSTEM-LCD. All interested companies shall provide a quote for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX EQ DIGITAL VISUAL ACUITY SYSTEM-LCD. The ordering period is for 60 months. Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this BPA in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached. All interested quoters must be registered in the System for Award Management (SAM) prior to submitting a quote. You may access SAM at https://sam.gov/SAM/. Questions regarding this combined synopsis/solicitation are due via email by 12:00 PM EST on December 11, 2023 to Contracting Officer, Lasheena Christian at Lasheena.Christian@va.gov. No calls will be accepted. Quotes are due via email by 12:00PM EST on December 29, 2023 to Contracting Officer, Lasheena Christian at Lasheena.Christian@va.gov. PRODUCT DESCRIPTION 1. SCOPE OF WORK: The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the NX EQ DIGITAL VISUAL ACUITY SYSTEM-LCD product line as a candidate for inclusion in the National Equipment Catalog (NEC). This will be accomplished via the awarding of Multiple Award Blanket Purchase Agreements (BPAs). Digital Visual Acuity System-LCD is designed to assess the clarity and sharpness of a patient s visual abilities. Visual acuity testing systems are based on having the patient view a chart of optotypes, colors or patterns. A standard part of most exam lanes, visual acuity tests can take a number of forms. At their simplest, these tests can be preprinted cards or charts that can be hung or projected on a wall. However, newer digital visual acuity testing systems are built around computer monitors which allow the system to feature a large number of vision tests that can be accessed via remote control and set up for direct or mirrored viewing. Whether evaluating a new patient or conducting a post-op assessment, a visual acuity testing system can be an important part of a practice. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Digital Visual Acuity System-LCD to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a 60-month ordering period. 2. REQUIREMENT The objective of this procurement is to establish BPAs for Digital Visual Acuity System-LCD for inclusion in the NEC and nationwide usage. VHA aims to ensure availability and consistency of NX equipment and to obtain volume-based, standardized pricing. VHA desires to continue the practice of achieving cost avoidance while simultaneously balancing clinician considerations for obtaining quality equipment. For each product, the offeror must include a description reflecting the minimum technical requirements (MTRs) and level of quality that will satisfy the physical, functional, or performance characteristics of the product(s) specified in the solicitation. The offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the offeror must 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 modifications it plans to make to a product to make it conform to the solicitation requirements. The following line items comprise the Digital Visual Acuity System-LCD product line: CONTRACT LINE ITEMS DESCRIPTION 0001 Digital Visual Acuity System The Department of Veterans Affairs (VA) is seeking vendors who can provide Digital Visual Acuity System-LCD identified above which meet all the following minimum technical requirements (MTRs). The Government's intent is for offerors to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the minimum technical requirements. Additionally, responses can include any additional product and other product-related services necessary to obtain the supplies as required that may be beneficial and essential to the functionality of the proposed solution. These items must be clearly identified by brand name and part number. When offerors include their additional proposed product items/services, these items may be considered for evaluation, and must be captured in the vendor s pricing volume with an estimated quantity of zero. MTRS # MINIMUM TECHNICAL REQUIREMENTS METHOD OF EVALUATION APPLICABLE CLINS PAGE # WHERE MTR IS FOUND IN TECHNICAL LITERATURE MTR 1 Must include wide selection of optotypes and other special test charts including ETDRS, contrast sensitivity, red/green filters, Worth 4 Dot Literature Review 0001-0003 MTR 2 Must include a minimum 19-inch display Literature Review 0001-0003 MTR 3 Must be controlled through infrared remote device Literature Review 0001-0003 MTR 4 Must be capable of wall mounting Literature Review 0001-0003 MTR 5 Must be capable of displaying single letter or single line Literature Review 0001-0003 MTR 6 Can be configured for standard or mirrored 6ft to 31ft (1.83m to 7.5m)alarms. The system must be capable of assigning access based on hierarchy, distinguishing access for Literature Review 0001-0003 MTR 7 Must have minimum 2 USB Ports Literature Review 0001-0003 Vendors may quote any product solution or configuration so long as they meet the minimum technical requirements. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. 3. PRODUCT REFRESH The Blanket Purchase Agreement (BPA) holder shall provide improved items within the awarded product line as appropriate new industry technologies emerge and/or products become obsolete during the term of the BPA. A revised product listing and documentation shall be submitted in writing to the Contracting Officer, Contract Specialist and Contract Officer Representative. Further, the BPA holder shall ensure that all products offered are state-of- the-art. ""State-of-the-art"" is defined as the most recently designed components approved by the Food and Drug Administration (FDA) and are announced for marketing purposes. All improved, enhanced, or replacement products shall contain the manufacturer s commercial warranty. The BPA holder shall ensure that all upgraded improved/replaced products meet Food and Drug Administration (FDA) 510K Program and Health Information Portability and Accountability Act (HIPAA) federal requirements. The Contractor shall ensure that all new products meet all the requirements stated above. The BPA holder shall provide the following information to the CO, CS and COR for review and approval. All products submitted as a technical refresh will undergo a technical evaluation by Government personnel: A technical refresh period may be held a minimum of one (1) time per year. A complete modification request shall include a list of specific awarded item(s) to be updated or/and added in Attachment A - Price Cost Schedule. All product and submission requirements described above pertain to all technology refresh submissions and product additions. New products replacing awarded items and released to the market during the period of performance shall be offered to the Government at a discounted price. The Government reserves the right to not accept the new products. The BPA holders shall continue to supply the contracted item(s) as originally identified. The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fdc867d079744dfcb00938bc5ae81fbb/view)
- Record
- SN06897991-F 20231201/231129230058 (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 |