SOLICITATION NOTICE
65 -- NX EQ Binocular Indirect Ophthalmoscope
- Notice Date
- 4/5/2024 2:26:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G24Q0092
- Response Due
- 4/12/2024 8:59:00 PM
- Archive Date
- 07/11/2024
- Point of Contact
- Kimberly LeMieux, Contract Specialist, Phone: 813-934-1286
- E-Mail Address
-
Kimberly.LeMieux@va.gov
(Kimberly.LeMieux@va.gov)
- Awardee
- null
- Description
- Q & A Amendment Question 1: For the products referenced in the solicitation and cannot foresee pricing in years 2-5. Is it possible to submit a response for just year 1? If not, how do you expect respondents to account for uncertainty in the future years? Answer 1: Your submission should be completed for Base Year, Year 1, Year 2, Year 3, & Year 4. If you complete only for the base year; then your submission is incomplete on Attachment A. D.7 52.212-2 EVALUATION COMMERCIAL ITEMS (NOV 2021) The following provisions are incorporated into 52.212-2 as an addendum to this solicitation: A. BASIS FOR AWARD The Government will award a contract resulting from this solicitation to the responsible vendor that provides a technically acceptable quote that conforms to the solicitation, and which is determined to be the most beneficial (i.e., best value) to the government, considering technical capability and price. Vendors who fail to meet all the terms and conditions of the solicitation will be rated Unacceptable and thus, ineligible for award. To receive consideration for award, a rating of Acceptable must be achieved for the Technical Factor. B. FACTORS TO BE EVALUATED Technical Price C. EVALUATION APPROACH All quotes shall be subject to evaluation by a team of Government personnel. The Government reserves the right to make an award based upon the initial evaluation of quotes. However, the Government reserves the right to communicate with any or all contractors submitting a quote if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply). Quotes will be evaluated based on the procedures authorized in FAR Part 13.106-2 and comparative evaluations of quotes will be utilized. As comparative evaluations will be conducted, Vendors are encouraged to submit literature that highlights the advantages of their equipment. Technical Capability - Vendors shall provide descriptive literature which will be used to determine if the quoted products are technically acceptable. Products proposed in the technical volume must be captured in the vendor s pricing volume. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, will not be sufficient. To receive a rating of Acceptable, the quote must demonstrate the vendor s ability to meet the Salient Characteristics (SC) listed in the Combined Synopsis/Solicitation Notice/Product Description. Distributors must be authorized distributors as certified by the OEM. Only new equipment is acceptable; no remanufactured, used/refurbished or ""gray market"" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. Price Total price will be evaluated IAW FAR 13.106-3. The Government will evaluate price to determine whether or not it is considered fair and reasonable. Attachment A, Price Cost Schedule will be reviewed and all total proposed unit prices for each CLIN (inclusive of option periods) will be added for a total cost for evaluation purposes. Each CLIN will be evaluated using the estimated quantities provided for in Attachment A Price Cost Schedule. The Total Proposed Cost will be the aggregate sum of all CLINs for the entire period of performance. The SLA fee of 3% shall be included in the total proposed unit price. Example: CLIN 0001 CLIN 0002 UOM = EA UOM = EA Proposed Unit Price = $60.00 Proposed Unit Price = $45.00 SLA Fee 3% = $1.80 SLA Fee 3% = $1.35 Total Proposed Unit Price = $61.80 Total Proposed Unit Price = $46.35 Estimated Qty = 2 Estimated Qty = 4 CLIN 0001: $61.80 x 2 = $123.60 CLIN 0002: $46.25 x 4 = $185.00 Total Evaluated Cost = $308.60 The proposed firm fixed unit prices will be binding and incorporated in the resultant contract and utilized for all future orders placed during the term of the contract. The estimated quantities listed in Attachment A, Price Cost Schedule are listed for informational and evaluation purposes only and do not obligate the Government to purchase such quantity nor does the Government guarantee any volume of purchases through this contract. Vendors are encouraged to offer discounts. In addition, if a quote is received from a Small Business Administration (SBA) certified HUBZone small business concern, quotes will be evaluated IAW FAR 52.219-4 by adding a factor of 10 percent to the price of all quotes, except (i) Offers from HUBZone small business concerns that have not waived the evaluation preference; and (ii) Otherwise, successful offers from small business concerns.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/efedfa7b46d44c7d8bf6956e5a00ebfc/view)
- Place of Performance
- Address: Nationwide
- Record
- SN07021972-F 20240407/240405230049 (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 |